Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
SOLICITATION NOTICE

70 -- Server Room Tech Refresh & Upgrade

Notice Date
9/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Mission and Installation Contracting Command Center - Ft Eustis, Fort Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
001057301
 
Response Due
9/25/2014
 
Archive Date
3/24/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 001057301 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 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 2014-09-25 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FT Eustis, VA 23604 The MICC Fort Eustis requires the following items, Brand Name or Equal, to the following: LI 001: Fiber patchcord - LC to LC - Multi Mode - 5m, 6, EA; LI 002: MDS 9148S 16G FC switch, w/ 12 active ports + 8G SW SFPs, 2, EA; LI 003: Power Cord, 125VAC 13A NEMA 5-15 Plug, North America, 4, EA; LI 004: MDS 9148S Accessory Kit for Cisco, 2, EA; LI 005: 8 Gbps Fibre Channel SW SFP+, LC, 24, EA; LI 006: MDS 9100 Supervisor/Fabric-5, NX-OS Software Release 6.2.9, 2, EA; LI 007: UCS C220 M3 SFF w/o CPU, mem, HDD, PCIe, PSU, w/ rail kit, 3, EA; LI 008: 2.20 GHz E5-2660/95W 8C/20MB Cache/DDR3 1600MHz, 6, EA; LI 009: 16GB DDR3-1600-MHz RDIMM/PC3-12800/dual rank/1.35v, 24, EA; LI 010: 300GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted, 6, EA; LI 011: 450W power supply for C-series rack servers, 6, EA; LI 012: Power Cord, 125VAC 13A NEMA 5-15 Plug, North America, 6, EA; LI 013: Qlogic QLE2562 Dual Port 8Gb Fibre Channel HBA, 3, EA; LI 014: UCS 2.5 inch HDD blanking panel, 18, EA; LI 015: Heat Sink for UCS C220 M3 Rack Server, 6, EA; LI 016: Full height PCIe filler for C-Series, 3, EA; LI 017: Rail Kit for C220, C22, C24 rack servers, 3, EA; LI 018: Cisco UCS RAID SAS 2008M-8i Mezz Card for C220 (0/1/10/5/50), 3, EA; LI 019: EMC VNXe 3200 - NAS server - 15 TB - rack-mountable - SAS 6Gb/s - HD 600 GB x 25 - RAID 5, 6, 10 - 10 Gigabit Ethernet - iSCSI - 2U, 1, EA; LI 020: 2 C13 PWRCRD W/ NEMA 5-15 PLUGS 125V 10A, 2, EA; LI 021: 3M MM FIBRE CABLE LC-LC, 4, EA; LI 022: DOD UNIQUE IDENTIFICATION LABELS, 1, EA; LI 023: VNXe LICENSE SOLUTION PSNT AS LAC, 1, EA; LI 024: VNXE3200 BASE OE DUAL SP ECOSYS =IC, 1, EA; LI 025: ENHANCED SW SUPPORT, 1, EA; LI 026: ENHANCED HW SUPPORT-WARR UPG, 1, EA; LI 027: ONE 4 Port 8GB Fibre Channel IO Module, 2, EA; LI 028: Symmetra RM 6kVA Scalable to 6kVA N+1 Rack-mountable UPS - 12.4 Minute Full Load - 6kVA - SNMP Manageable, 1, EA; LI 029: SYPD11 Power Backplate - 2 x NEMA L6-30R, 1, EA; LI 030: Metered Rack AP8841 42-Outlets PDU - Rack-mountable, 2, EA; LI 031: InfraStruXure Assembly Service - 1 Year - 8 x 5 - On-site - Installation - Electronic and Physical Service, 1, EA; LI 032: NetShelter SX Rack Enclosure With Sides - 19" 42U, 1, EA; LI 033: Vertical Cable Organizer - Cable Manager - Black, 2, EA; LI 034: 1U 19" Black Modular Toolless Blanking Panel - Black - 10 Pack, 3, EA; LI 035: Installation and Support for all components/parts - See attached server room tech refresh upgrade SOW, 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, MICC Fort Eustis 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. MICC Fort Eustis 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. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. 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 http://www.acqnet.gov/far. Each line item shall be priced individually and not lumped into one line item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c00e9afe0feb4bff42c7fa23a37591f3)
 
Place of Performance
Address: FT Eustis, VA 23604
Zip Code: 23604
 
Record
SN03528968-W 20140927/140926000230-c00e9afe0feb4bff42c7fa23a37591f3 (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.