Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2015 FBO #5010
SOLICITATION NOTICE

70 -- Server Racks - Attachment 1

Notice Date
8/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL-OPS-15-Q-00110
 
Archive Date
8/27/2015
 
Point of Contact
Heather Ann Brick Saunders, Phone: 2026934599, Lesa Austin, Phone: N/A
 
E-Mail Address
brick.heather.a@dol.gov, Austin.Lesa.L@dol.gov
(brick.heather.a@dol.gov, Austin.Lesa.L@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work R730 Configuration (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation document is issued as a request for quote (RFQ). Submit written quotes for RFQ number DOL-OPS-15-Q-00110. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC-2005-83-2-2-08032015/08-05-2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 423430 and the Small Business Standard is 100 employees. The proposed contract action is for a BRAND NAME OR EQUAL requirement. (V) This combined solicitation/synopsis is for purchase of the following commercial services: U.S. Department of Labor (DOL), Office of the Assistant Secretary of Administration Management (OASAM), Office of the Chief Information Officer (OCIO) requirements are as follows: CLIN 0001: Mfg.: Dell Description: PowerEdge, R730 Build-to-Buy, Rack mountable servers with hardware using the x86 family of processors to accommodate the applications that support the "Fair Pay and Safe Workplaces" applications suite or equal. See configuration in Attachment 1. QTY: 3 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. (VI) Description of requirements is as follows: General Information I. Introduction A. Background Information This OCIO procurement serves to acquire hardware and software components needed to build the infrastructure required to support the "Fair Pay and Safe Workplaces" and Office of Unemployment Insurance's (OUI) Weekly Release systems that are currently being developed in-house by the Department. The primary objective of the "Fair Pay and Safe Workplaces" system is to aggregate and efficiently share employer Labor Law violation data collected by DOL's mission enforcement agencies; while the purpose of the OUI Weekly Release system is to ensure the timely, consistent and secure release of the unemployment insurance weekly claims data. B. Technical Objectives The primary objective of this effort is to acquire new hardware and software to accommodate the "Fair Pay and Safe Workplaces" and Office of Unemployment Insurance's Weekly Release Publishing systems. All selected compute, software and networking components are able to integrate into the existing Common Operating Environment installed and operational at the Primary Data Center at Silver Spring Data Center (SSDC), located in Silver Spring, MD and the Disaster Recovery facility located in St. Louis MO. The hardware and software will enable and/or support enhanced data storage; security; high availability; fail over assurance, and disaster recovery capability. Configuration: Description/Quantity Hardware Limited Warranty Plus On Site Service 3 7x24 HW/SW Tech Support and Assistance, 3 Year 3 Mission Critical 4-Hour 7x24 On-Site Service with Emergency Dispatch, 3 Year 3 On-Site Installation Declined 3 Deployment Consulting 1 Yr 1 Case Remote Consulting Service 3 Shipping 3 PCIe Riser 2, Center 3 PCIe Riser 3, Left Alternate 3 PCIe Riser 1, Right 3 Broadcom 5719 QP 1Gb Network Interface Card, Low Profile (540-BBHS) 3 QLogic 2660, Single Port 16GB, Fibre Channel HBA, Low Profile (406-BBBE) 6 Broadcom 5720 QP 1Gb Network Daughter Card (540-BBBW) 3 Chassis with up to 8, 2.5" Hard Drives 3 Bezel 3 Power Saving BIOS Settings 3 Energy Star, compliant 3 RAID 1 for H330/H730/H730P (2 HDDs or SSDs) 3 PERC H730 Integrated RAID Controller, 1GB Cache 3 Intel Xeon E5-2640 v3 2.6GHz,20M Cache,8.00GT/s QPI,Turbo,HT,8C/16T (90W) Max Mem 1866MHz 3 Upgrade to Two Intel Xeon E5-2640 v3 2.6GHz,20M Cache,8.00GT/s QPI,Turbo,HT,8C/16T (90W) (374-BBGV) 3 16GB RDIMM, 2133 MT/s, Dual Rank, x4 Data Width 48 2133MT/s RDIMMs 3 300GB 15K RPM SAS 6Gbps 2.5in Hot-plug Hard Drive,13G 6 Electronic System Documentation 3 DVD+/-RW, SATA, Internal 3 Rack Mount rails Rails Sliding Rails With Cable Management Arm 3 Dual, Hot-plug, Redundant Power Supply (1+1), 750W 3 NEMA 5-15P to C13 Wall Plug, 125 Volt, 15 AMP, 10 Feet (3m), Power Cord, North America 2 No Operating System 3 No Media Required 3 DIMM Blanks for System with 2 Processors 3 II. Requirements The vendor shall furnish all materials, supplies, equipment, and services (except as otherwise specified in the contract). The provider of information technology shall certify, by submitting a proposal to this acquisition, that: • All components and applications are fully functional and operate correctly as intended on systems, and meet federal network and security requirements and guidelines. • All components and applications are in new condition and authorized by the original manufacturer, covered under the manufacturer's warranties, and entitled to any included support and maintenance agreements. (VII) Date(s) and place(s) of delivery and acceptance and FOB point: FOB Destination, 5-30 Days ARO, Delivery of all items shall be to: ByteGrid 12401 Prosperity Drive Silver Spring, Maryland 20904 Delivery Point of Contact: Lockheed Martin Service Desk 301-328-5713 or 301-328-5714 Terry Adcock-301-529-8443 Additional Delivery Instructions: The vendor will verify the complete order, excluding back ordered items, for accuracy before delivering in a single bulk shipment. Delivery will need to be scheduled is advance through the Delivery Point of Contact. Basically, ByteGrid Security requires the following information: delivery date, tracking number, carrier (FedEx, UPS, etc.)." (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. Addendum as follows- The following evaluation criteria shall be used to evaluate offers: The Government intends to award a Firm-Fixed Price (FFP) Purchase Order, to the offeror with the Lowest Price Technically Acceptable offer. Technical Acceptance constitutes meeting all requirements of this solicitation and all attachments herein. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). The following additional FAR clauses/provisions are applicable to this acquisition: 52.204-13 System for Award Management Maintenance (Jul 2013) 52.211-5 Material Requirements (Aug 2000) 52.211-6 Brand Name or Equal (Aug 1999) 52.232-1 Payments (Apr 1984) 52.232-25 Prompt Payment (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.243-1 Changes - Fixed Price (Aug 1987) 52.244-6 Subcontracts for Commercial Items (Dec 2010) 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) 52.247-34 F.O.B Destination (Nov 1991) Contract Administration Data DOLAR 2952.201-70 Contracting Officer's Representative (COR) (May 2004) (a) TBD is hereby designated to act as contracting officer's representative (COR) under this contract. (b) The COR is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the scope of work, the contracting officer must issue such changes. Invoicing Procedures An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-NO-DM-OASAM@quickpay.dol.gov 1). Electronic PDF/TIFF Invoice Submittal In an effort to support the eCommerce initiative and expedite vendor payment processing, the DOL requires invoices to be submitted electronically. The contractor shall: Address the invoice to the appropriate e-mail address specified above. 1. Submit the invoice via attachment in PDF or TIFF format. 2. Submit only one invoice per electronic submittal. 3. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, OASAM, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. 4. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. 5. Wait for either a success or failure e-mail response, regarding the invoice e-mail, before sending in another e-mail with the same invoice attachment. The contractor MUST NOT: 6. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceeds this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address (specified in paragraph 2 below). 7. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. 8. Submit more than one attachment as subsequent attachments will not be recognized. 9. Submit more than one invoice in a single attachment. General Information Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to InvoiceInquiriesXXX@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph 1).d. above. Example: INQUIRY: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. 2). Paper Invoices submitted via fax or U.S. mail Paper invoices should only be faxed or mailed when electronic email cannot be accomplished due to size limitations described above. When invoices must be faxed due to e-mail size limitations, fax them to: 202-693-4228 When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: U.S. Department of Labor Office of Financial Management Operations Room S-5526 200 Constitution Avenue, N.W Washington, DC 20210 (XIII) Additional contract requirements: Offeror must be authorized reseller for Dell or the equal to manufacturer provided, and MUST provide an authorized reseller letter/certification attached in their response in order to be considered for award. (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 5:00 P.M. ET on August 12, 2015. All offers must be e-mailed to the attention of Heather Brick Saunders, Email: Brick.Heather.A@dol.gov and Lesa L. Austin, Email: Austin.Lesa.L@dol.gov (XVI) Any questions regarding this solicitation should be directed to Heather Brick Saunders, Email: Brick.Heather.A@dol.gov and Lesa L. Austin, Email: Austin.Lesa.L@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-Q-00110/listing.html)
 
Record
SN03831127-W 20150812/150810235412-1bbd088cae77b96ef5db2c591069fa68 (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.