Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
SOLICITATION NOTICE

70 -- Enterprise Servers

Notice Date
7/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Pan American Bldg STE 200, Albuquerque, NM 87109
 
ZIP Code
87109
 
Solicitation Number
RFQ675338
 
Response Due
7/8/2014
 
Archive Date
1/4/2015
 
Point of Contact
Name: Sophia Marshall, Title: Purchasing Agent, Phone: 5055637212, Fax:
 
E-Mail Address
sophiamarshall@fs.fed.us;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is RFQ675338 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-08 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Arlington, VA 22209 The Washington Office Acquisition Management IT Support requires the following items, Brand Name or Equal, to the following: LI 001: Blade Server Enclosure, No Blades, M1000E, PowerEdge Brand name or equal MF# 223-3244, 1, EA; LI 002: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended Brand name or equal MF# 984-7982, 1, EA; LI 003: ProSupport : 7x24 HW / SW Tech Support and Assistance, 3 Year Brand name or equal MF#984-8172, 1, EA; LI 004: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year Brand name or equal MF# 985-3800, 1, EA; LI 005: Dell Hardware Limited Warranty Plus On Site Service Extended Year(s) Brand name or equal MF# 989-0728, 1, EA; LI 006: Dell Hardware Limited Warranty Plus On Site Service Initial Year Brand name or equal MF# 989-0747, 1, EA; LI 007: MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year Brand name or equal MF# 989-0788, 1, EA; LI 008: online or telephone tech support Brand name or equal MF# 989-3439, 1, EA; LI 009: Installation of Server, Storage or Peripheral Device, server Enclosure Brand name or equal MF# 989-0689, 1, EA; LI 010: Proactive Maintenance Service Declined Brand name or equal MF# 926-2979, 1, EA; LI 011: Redundant Power Supplies (3+3, 2700W) High Efficiency, M1000e Blade Chassis Brand name or equal MF# (331-0824), 1, EA; LI 012: Redundant Chassis Management Controller, PowerEdge M1000E Brand name or equal MF#(311-7787), 1, EA; LI 013: Flex Address Plus Enabled Brand name or equal MF#(342-1668), 1, EA; LI 014: CMC Extended Storage Card Brand name or equal MF#(342-2666), 1, EA; LI 015: No Operating System Media Kit Brand name or equal MF#(420-1908), 1, EA; LI 016: Users Guide, for Servers Brand name or equal MF#(330-4117), 1, EA; LI 017: Dell OpenManage CD Kit for PowerEdge M620 Blade Server Brand name or equal MF# (331-4356), 1, EA; LI 018: Dell OpenManage CD Kit for PowerEdge M1000E Blade Server Chassis Brand name or equal MF#(310-9694), 1, EA; LI 019: Redundant GbE Pass-Through Modules, IO Bays 1+2, 3+4 or 5+6, M1000E Brand name or equal MF# (310-9704), 1, EA; LI 020: No I/O Modules, (I/O Bay Filler Panels, Qty 2) M1000E Blade Server Chassis Brand Name or equal MFP# (310-9704), 1, EA; LI 021: No I/O Modules, (I/O Bay Filler Panels, Qty 2) M1000E Blade Server Chassis Brand name or equal MFP# (310-9711), 1, EA; LI 022: PowerEdge M-Series Blade Multipack Box Processor FamilyLabel, Intel Brand name or equal MFP# (310-9952), 1, EA; LI 023: Rack Chassis w/Rapid Rails forDell, HPQ or other Square HoleRacks Brand name or equal MFP# (310-9689), 1, EA; LI 024: Avocent Integrated KVM Analog Switch Module, PowerEdge M1000E Chassis Brand name or equal MFP# (430-2628), 1, EA; LI 025: Power Cords, QTY3, 2FT C19/C20 for M1000E Server Blade Chassis Brand name or equal MFP# (330-0146), 2, EA; LI 026: PowerEdge M620 Blade Server, Intel Xeon E-26XX Processors Brand name or equal MFP# (210-ABVM), 16, EA; LI 027: PowerEdge M620 Regulatory Label, DAO Brand name or equal MFP# (389-BDFT), 1, EA; LI 028: M-Series 2.5in Hard Drive Filler Panel Brand name or equal MFP#(400-ABHQ), 1, EA; LI 029: PowerEdge M620 Motherboard, TPM, Intel Xeon E5-26XX v2 Processors Brand name or equal MFP# (591-BBBM), 1, EA; LI 030: No Operating System Brand name of equal MFP#(420-6320), 1, EA; LI 031: Broadcom 57810-k Dual port 10Gb KR Blade Network Daughter Card Brand name or equal MFP# (430-4398), 1, EA; LI 032: No Operating System Media Kit Brand name or equal MFP# (420-1908), 1, EA; LI 033: Hardware Limited Warranty Plus On Site Service Initial Year Brand name or equal MFP#(936-2207), 1, EA; LI 034: Hardware Limited Warranty Plus On Site Service Extended Year Brand name or equal MFP# (939-5208), 1, EA; LI 035: Online or tech support, Brand name or equal MFP# (951-2015), 1, EA; LI 036: ProSupport Plus: Mission Critical 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended Brand name or equal MFP# (951-6571), 1, EA; LI 037: ProSupport Plus: Mission Critical 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year Brand name or equal MFP# (951-6577), 1, EA; LI 038: ProSupport Plus: 7x24 HW/SW Tech Support and Assistance, 3 Year Brand name or equal MFP# (951-6594), 1, EA; LI 039: On-Site Installation Declined Brand name or equal MFP# (900-9997), 1, EA; LI 040: Proactive Maintenance Service Declined Brand name or equal MFP# (926-2979), 1, EA; LI 041: Keep Your Hard Drive, 3 Year Brand name or equal MFP# (983-6402), 1, EA; LI 042: No System Documentation, No OpenManage DVD Kit Brand name or equal MFP# (310-5171), 1, EA; LI 043: System ordered as part of Multipack order Brand name or equal MFP# (330-4118), 1, EA; LI 044: 12G iDRAC7 Enterprise for Blades Brand name or equal MFP# (421-5357), 1, EA; LI 045: Serial-Attach SCSI Backplane for M620 Brand name or equal MFP# (331-4358), 1, EA; LI 046: Standard Cooling Brand name or equal MFP# (331-4951), 1, EA; LI 047: Hardware RAID 1 Brand name or equal MFP#(342-3508), 1, EA; LI 048: H710 Controller Brand name or equal MFP# (331-4366), 1, EA; LI 049: PE M620 Heatsink For 2 Processors,LGA,3X3.9X1.26 Brand name or equal MFP# (331-4362), 1, EA; LI 050: Intel Xeon E5-2667v2 3.3GHz, 25M Cache, 8.0GT/s QPI, Turbo, HT, 8C, 130W, Max Mem 1866MHz Brand name or equal MFP# (338-BDBF), 1, EA; LI 051: DIMM Blanks for Systems with 2 Processors Brand name or equal MFP# 317-8688, 1, EA; LI 052: PE M620 Heatsink For 2 Processors,LGA,3X3.9X1.26 Brand name or equal MFP# (331-4362), 1, EA; LI 053: Intel Xeon E5-2667v2 3.3GHz, 25M Cache, 8.0GT/s QPI, Turbo, HT, 8C, 130W, Max Mem 1866MHz,2nd Proc Brand name or equal MFP# (338-BDBU), 1, EA; LI 054: 16GB RDIMM, 1600MT/s, Low Volt, Dual Rank, x4 Data Width Brand name or equal MFP# (319-1812), 1, EA; LI 055: 1600 MHz RDIMMS Brand name or equal MFP# (331-4424), 1, EA; LI 056: Performance Optimized Brand name or equal MFP# (331-4428), 1, EA; LI 057: 146GB 15K RPM SAS 6Gbps 2.5in Hot-plug Hard Drive Brand name or equal MFP# (342-3493), 2, EA; LI 058: No System Documentation, No OpenManage DVD Kit Brand name or equal MFP# (310-5171), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Washington Office Acquisition Management IT Support intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Washington Office Acquisition Management IT Support is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The non-cost factors are: 1) Meets the technical requirements of the Bill of Materials 2) Signed provision-clause. 3) Specification Sheet for equal items being quoted 1.Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Servers" 2. Section 508 Product Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined to apply this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). 3. Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (i.e. a completed GPAT or VPAT or equivalent) will be eligible for any additional merit consideration. If the deliverable proposed in response to this solicitation includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. The accessibility of these additional features and functions should be described in the completed GPAT, VPAT or equivalent supporting information To be considered for award the following documents can be sent via email to sophiamarshall@fs.fed.us please reference the FedBid Buy. The following documents need to be received: 1. Signed AGAR 452 2. Fill out and signed attached GPAT or maunfacture provided VPAT 3. Specification sheet of equal quoted items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/RFQ675338/listing.html)
 
Place of Performance
Address: Arlington, VA 22209
Zip Code: 22209
 
Record
SN03413380-W 20140704/140703002622-0ffb22ed48fcbd0737c60b9b5de129b6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.