Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

70 -- UFMS Storage

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1000 Custer Hollow Road, Clarksburg, WV 26306
 
ZIP Code
26306
 
Solicitation Number
DJF-16-2000-PR-0004598
 
Response Due
4/18/2016
 
Archive Date
10/15/2016
 
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
N/A
 
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 DJF-16-2000-PR-0004598 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 2005-87. 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 unrestricted 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 2016-04-18 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20535 The Federal Bureau of Investigation requires the following items, Brand Name Only (Exact Match), to the following: LI 001: 2421-94E IBM System Storage DS8700 Expansion Unit, 1, EA; LI 002: 2421-94E-2 9XE FIELD MERGE, 1, EA; LI 003: 2421-94E-100 ELIGIBLE FOR EU SHIPMENT, 1, EA; LI 004: 2421-94E-342 941 - 92E/94E POSITION 3, 1, EA; LI 005: 2421-94E-934 IBM SYSTEM X INDICATOR, 1, EA; LI 006: 2421-94E-934 IBM SYSTEM Z INDICATOR, 1, EA; LI 007: 2421-94e-940 LINUX INDICATOR, 1, EA; LI 008: 2421-94e-1090 LINE CORD (US/LA/AP/CANADA), 1, EA; LI 009: 2421-94E-1210 DISK ENCLOSURE PAIR, 1, EA; LI 010: 2421-94E-1214 DISK DRIVE CABLE GROUP 4, 1, EA; LI 011: 2421-94E-1824 DS8000 LMC R6.3 INDICATOR, 1, EA; LI 012: 2421-94E-2616 450GB 15K FC DRIVE SET, 6, EA; LI 013: 2399-LFA-13845 2399-LFA-7032 OEL- 5TB, 2, EA; LI 014: 2399-LFA-7033 OEL - 10TB, 1, EA; LI 015: 2399-LFA-7035 OEL - 50TB, 1, EA; LI 016: 2399-LFA-7051 OEL - 1 VALUE UNIT, 3, EA; LI 017: 2399-LFA-7052 OEL - 5 VALUE UNIT, 1, EA; LI 018: 2399-LFA-7055 OEL - 50 VALUE UNIT, 1, EA; LI 019: 2421-94E-1210 DISK ENCLOSURE PAIR, 1, EA; LI 020: 2424-94E-1999 HARDWARE INSTALLATION MES, 1, EA; LI 021: 2424-94E-YF200 2424-94E-2616 450gb 15k FC DRIVE SET, 3, EA; LI 022: SVC AND TPC SOFTWARE 5608-B15 TIVOLI STORAGE PROD CENTER V5 1 YEAR REGISTRATION, 1, EA; LI 023: SVC ADN TPC DW 5608-B15 TIVOLI STORAGE PROD CENTER V5 1 YEAR REGISTRATION 2 PER TB (101-250) SWMA 1 YEAR REGISTRATION, 45, EA; LI 024: SVC AND TPC SW 5608-PC1 IBM TIVOLI STORAGE PRODUCTIVITY CENTER V5, 1, EA; LI 025: SVC AND TPC SW 5608-PC1 IBM TIVOLI STORAGE PRODUCTIVITY CENTER V5 2 TB (101-250) WITH 1 YEAR SW S&s, 49, EA; LI 026: SVC AND TPC SOFTWARE 49TB 5641-VC7 IBM SPECTRUM VIRTUALIZE SW FOR SAN VOLUME CONTROLLER V7, 1, EA; LI 027: SVC AND TPC SW 5641-VC7 IBM SPECTRUM VIRTUALIZE SW FOR SAN VOLUME CONTROLLER V7 664 SVC BSE VIRTUALIZATION PER TB (101-250) WITH 1 YR SW MTN, 49, EA; LI 028: SVC AND TPC SW 5641-VC1 IBM SPECTRUM VIRTUALIZE SW FOR SAN VOLUME CONTROLLER V7 672 SVC FLASH COPY PER TB (101-250) WITH 1 YR SW MTN, 49, EA; LI 029: SVC AND TPC SW 5641-VC1 IBM SPECTRUM VITURALIZE SW FOR SAN VOLUME CONTROLLER V7 680 SVC METRO MIRROR PER TB (101-250) WITH 1 YR SW MTN, 49, EA; LI 030: SVC AND TPC SW 5641-VCA IBM SPECTRUM VIRTUALIZE SW FOR SAN VOLUME 1 YR REGISTRATION, 1, EA; LI 031: SVC AND TPC SW 5641-VC1 IBM SPECTRUM VIRTUALIZE SW FOR SAN VOLUME CONTROLLER V7 640 SVC BASE VIRUTALIZATION PER TB (101-250) WITH 1 YEAR, 49, EA; LI 032: SVC AND TPC SW 49TB 5641-VC1 IBM SPECTRUM VIRTUALIZE SW FOR SAN VOLUME CONTROLLER V7 648 SVC FLASH COPY PER TB (101-250) SWMA 1 YR REGISTRATION, 49, EA; LI 033: SVC AND TPC SW 5641-VC1 IBM SPECTRUM VIRTUALIZE SW FOR SAN VOLUME CONTROLLER V7 656 SVC METRO MIRROR PER TB (101-250) SWMA 1 YEAR, 49, 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, Federal Bureau of Investigation 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. Federal Bureau of Investigation 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offer must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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/. In addition to providing pricing at www.FedBid.com for this solicitation, each Offer must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this IFB. Items/services that do not conform to descriptions and part numbers found in this IFB will be rejected at the time of delivery causing a return at the vendor's expense. 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Refurbished equipment is permitted but must be manufacturer certified. Bid MUST be good for 60 calendar days after close of Buy. The Basis of Award will be based on the lowest priced technically acceptable. Bid must match requirements in order to be considered for award. Winning Offeror is required to submit security paperwork. If Offeror refuses to submit this paperwork, the government will award to the next lowest priced technically acceptable offeror. The forms will be provided after award decision has been made for completion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/DJF-16-2000-PR-0004598/listing.html)
 
Place of Performance
Address: Washington, DC 20535
Zip Code: 20535
 
Record
SN04086355-W 20160417/160415234945-b0c53df976d3d6d1c8d10714d23eabcc (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.