Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

70 -- IT Equipment, Vendors Must be ITSS Registered, Open Market

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1500 E. Bannister Rd., Kansas City, MO 64131
 
ZIP Code
64131
 
Solicitation Number
DKTS06NS000H
 
Response Due
2/14/2006
 
Archive Date
3/6/2006
 
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, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DKTS06NS000H and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, February 14, 2006 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Suffolk, VA 23435 The GSA FTS Region 6 requires the following items, EXACT MATCH ONLY, to the following: LI 001, P2-P7U-L2L , ATL P4000/P7000 HP LTO-2 200GB, LVD SCSI, hot-swap tape drive, field upgrade , Brand Name Quantum, 8, EA; LI 002, P2-P7U-FC470L , ATL P4000 One FC470 2Gb Embedded Fibre Channel Bridge, LVD SCSI, field upgrade , Brand Name Quantum, 2, EA; LI 003, A11397C-000000 , NetBackup Option, Cross Platform, Library Based Tape Drive Support, v5.0 License , Brand Name Veritas, 8, EA; LI 004, W11397C-000212 , NetBackup Option, Cross Platform, Library Based Tape Drive Support, v5.0 Extended Support, 1 Yr 24x7 , Brand Name Veritas, 8, EA; LI 005, AV2030-001 , AutoView 2030 KVM Switch , Brand Name Avocent, 2, EA; LI 006, AVRIQ-USB , Server interface module for VGA, USB keyboard/mouse , Brand Name Avocent, 32, EA; LI 007, TES0080 , Cyclades-TS2000 32-port console server , Brand Name Cyclades, 2, EA; LI 008, Sun Fire V240 Server , with each Server having the custom configuration described in lines 8.01 through 8.03 (see the Bill of Materials in the attachments) , Brand Name Sun Microsystems, 2, EA; LI 009, Sun Fire V210 Server , with each Server having the custom configuration described in lines 9.01 through 9.04 (see the Bill of Materials in the attachments) , Brand Name Sun Microsystems, 14, EA; LI 010, SK-9S82 , 1000Base-SX Dual Port 2LC Connector, PCI-X 133Mhz , Brand Name Syskonnect, 14, EA; LI 011, ProLiant DL385 Rack Server , with each Server having the custom configuration described in lines 11.01 through 11.09 (see the Bill of Materials in the attachments) , Brand Name HP, 6, EA; LI 012, 379300-B21 , 4GB REG PC3200 2x2GB Memory , Brand Name HP, 24, EA; LI 013, SK-9S82 , 1000Base-SX Dual Port 2LC Connector, PCI-X 133Mhz , Brand Name Syskonnect, 6, EA; LI 014, RHF0314US , Red Hat Enterprise Linux ES (v.4 Standard for x86, AMD64, and Intel EM64T) , Brand Name Red Hat, 6, EA; LI 015, F5-UPG-BIG-SSL400-CARD , BIG-IP Field Upgrade: SSL Card (400 TPS) , Brand Name F5 Networks, 5, EA; LI 016, SG-XPCI2FC-QF2 , PCI Dual Fibre Channel 2GB Host Bus Adapter with SFS Drivers , Brand Name Sun Microsystems, 2, EA; LI 017, Brocade SilkWorm 200E SAN Switch , with each Switch having the custom configuration described in lines 17.01 through 17.03 (see the Bill of Materials in the attachments) , Brand Name Sun Microsystems, 6, EA; LI 018, FS42G6S42S500HT , ORCA Light Raid Solution, 4GB Fibre-to-SATA, Triple Controller, 42 Bay, 1GB Cache (Configured with 42 X 500GB Disks / SATA / 7200 RPM) , Brand Name JMR Electronics, 3, EA; LI 019, SEC-NU-ETR , NeuSecure Enterprise Management Bundle (Entry)-Security Information Management Suite for Micromuse Netcool inClientuding SIM Management Console, Central Management System and Event Aggregation Module , Brand Name GuardedNet, 1, EA; LI 020, Dell PowerEdge 2850 Rack Server, with the custom configuration described in lines 20.01 through 20.22 (see the Bill of Materials in the attachments) , Brand Name Dell, 1, EA; LI 021, A42-XHB4C2-08HD , Sun Fire V440 Server, 4 * 1.593GHz UltraSPARC IIIi processors with 1MB Cache each, 8GB Memory(16 * 512MB DIMMS), 4 * 73GB 10Krpm Ultra320 SCSI Disks, DVD-ROM, 2 Power supplies, Solaris 10 + Java Enterprise System Software pre-installed. (Standard Configuration), with each Server having the custom configuration described in lines 21.01 through 21.05 (see the Bill of Materials in the attachments) , Brand Name Sun Microsystems, 2, EA; LI 022, 286714-B22 , 72.8GB Pluggable Ultra 320 SCSI, 10,000 RPM Universal Hard Drive , Brand Name Hewlett Packard, 14, EA; LI 023, Q5984A , Color LaserJet Printer. Brand Name Hewlett Packard, 2, EA; LI 024, Q5403A , LaserJet Printer , Brand Name Hewlett Packard, 4, EA; LI 025, VG920 , 19 inch color TFT active matrix SXGA LCD monitor , Brand Name ViewSonic, 15, EA; LI 026, Sun Fire V890 Server , with the custom configuration described in lines 26.01 through 26.06 (see the Bill of Materials in the attachments) , Brand Name Sun Microsystems, 1, EA; LI 027, PowerEdge 2850 Rack Server, with each Server having the custom configuration described in lines 27.01 though 27.22 (see the Bill of Materials in the attachments) , Brand Name Dell, 3, EA; LI 028, Dell Precision 670 Workstation, with each Workstation having the custom configuration described in lines 28.01 through 28.17 (see the Bill of Materials in the attachments) , Brand Name Dell, 5, EA; LI 029, A39UXB1-C1WW-D2GDN , Sun Blade 2500 Workstation model 1.6GHz, 1 * 1.6GHz UltraSPARC IIIi Processor with 1MB on-die L2 Cache, Sun XVR- 600 Graphics accelerator, 2GB DDR1 Memory (2 * 1GB DIMMS), 1 * 146GB 10Krpm SCSI Hard Disk, 1 * DVD-ROM/CD-RW, 1 * 10/100/1000 BaseT Ethernet port, 2 * Serial ports, 1 * Parallel port, 4 * USB1.1 ports, 3 * USB2.0 ports, 2 * IEEE1394a ports, 1 * SmartCard Reader, 6 * PCI slots, Latest Solaris 8 version, with each Workstation having the custom configuration described in line 29.01 through 29.02 (see the Bill of Materials in the attachments) , Brand Name Sun Microsystems, 5, EA; LI 030, MS Windows 2003 Exchange Server Standard Edition License , Brand Name Microsoft, 2, EA; LI 031, MS Windows 2003 Server Standard Edition License , Brand Name Microsoft, 1, EA; LI 032, 23102149 , Adobe Photoshop CS2 , Brand Name Adobe, 2, EA; LI 033, Inspiron XPS M170 Notebook Computer, with each Notebook having the custom configuration described in Lines 33.01 through 33.17 (see the Bill of Materials in the attachments) , Brand Name Dell, 2, EA; LI 034, 113590 , Tandberg 1000 (768 IP) - VTC CODEC must be fully H.323 compliant and H.320 compliant; built-in noise cancelling microphone; built-in pan,tilt,and zoom color camera; must be desktop suite, must support PAL, NTSC, VGS, SVGA, XGA, SXGA video formats, max data rate 2 MBPS IP and ISDN , Brand Name Tandberg, 2, EA; LI 035, usb-sun-r , Adapter to connect legacy SUN computers to existing NTI USB KVM switch , Brand Name Network Technologies Inc., 10, EA; LI 036, usb-ps2-r , Adapter to connect legacy PS2 PC computers to existing NTI USB KVM switch , Brand Name Network Technologies Inc., 10, EA; LI 037, A42-XHB4C2-08HD , Sun Fire V440 Server, 4 * 1.593GHz UltraSPARC IIIi processors with 1MB Cache each, 8GB Memory(16 * 512MB DIMMS), 4 * 73GB 10Krpm Ultra320 SCSI Disks, DVD-ROM, 2 Power supplies, Solaris 10 + Java Enterprise System Software pre-installed. (Standard Configuration), with each Server having the custom configuration described in lines 37.01 through 37.05 (see the Bill of Materials in the attachments) , Brand Name Sun Microsystems, 3, EA; LI 038, CON-SU2-1712VPK9 , Security Access Router , Brand Name Cisco, 1, EA; LI 039, 3C17401 , SuperStack 3 Switch Model 3812 - 12-port 10/100/1000 Gigabit Ethernet switch combining wirespeed Layer 2 switching with easy installation and exceptional reliability. Twelve auto-sensing 10/100/1000 copper ports provide flexible desktop and workgroup attachments, which can ease migration for environments with a mix of 10/100 and Gigabit-enabled desktops and servers. Four dual-purpose slots support SFPs that can connect to fiber cabling for flexible Gigabit Ethernet backbone and server connections. With rackmount kit , Brand Name 3Com, 1, EA; LI 040, X9628A , Sun Fire V880/V890: Rackmount kit to mount system within a standard 19" wide, 39" deep rack. Requires 17 RU. Includes three (3) jumper/power extension cords, geography independent, part no. 530-3096-01. Brand Name Sun, 4, EA; LI 041, Option #1: Q5916A , 9200C Digital Sender , Brand Name HP, 8, EA; LI 042, Option # 2: ProLiant DL385 Rack Server, with each Server having the custom configuration described in lines Option 2.01 through Option 2.09 (see the Bill of Materials in the attachments) , Brand Name HP, 4, EA; LI 043, Option # 3: 379300-B21, 4GB REG PC3200 2x2GB Memory , Brand Name HP, 16, EA; LI 044, Option # 4: SK-9S82 , 1000Base-SX Dual Port 2LC Connector, PCI-X 133Mhz , Brand Name Syskonnect, 4, EA; LI 045, Option # 5: RHF0314US , Red Hat Enterprise Linux ES (v.4 Standard for x86, AMD64, and Intel EM64T) , Brand Name Red Hat, 4, EA; LI 046, Option # 6: RHF0314US , Red Hat Enterprise Linux ES (v.4 Standard for x86, AMD64, and Intel EM64T) , Brand Name Red Hat, 12, EA; LI 047, Option # 7: 113590 , Tandberg 1000 (768 IP) - VTC CODEC must be fully H.323 compliant and H.320 compliant; built-in noise cancelling microphone; built-in pan,tilt,and zoom color camera; must be desktop suite, must support PAL, NTSC, VGS, SVGA, XGA, SXGA video formats, max data rate 2 MBPS IP and ISDN. Brand Name Tandberg, 2, EA; For this solicitation, GSA FTS Region 6 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 6 is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer 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 offers, 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, contact Paul Flake at paul.flake@gsa.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to paul.flake@gsa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. All vendors must have their Representations and Certifications loaded to http://orca.bpn.gov/. New equipment ONLY. Remanufactured and "gray market" products are unacceptable. Line Items 8, 9, 11, 17, 20, 21, 26, 27, 28, 29, 33, 37, and Option 2 specify custom configurations. The complete Bill of Materials is attached to the Auction. Please login to Fedbid to view and download the complete Bill of Materials By checking this term, the contractor agrees to address all written and verbal communications, excluding submission of the bid and Fed Bid process questions, to Paul Flake, Contract Specialist, by e-mail at paul.flake@gsa.gov or by telephone at 816-823-1933. The Contract Specialist will identify an alternate point of contact if he is otherwise unavailable. Delivery shall occur within 30 days after receipt of order (ARO). Please quote F.O.B. Destination. Handling, shipping, and insurance costs should be proportioned between the line items. OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEMS: The Government may require the delivery of Line Items Option 2 through Option 7, identified in the Bill of Materials as option items, in the quantity stated or at a lesser quantity. The Contracting Officer may exercise the option by written notice to the Contractor at the time of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Evaluation of the option(s) will not obligate the Government to exercise the option(s) EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirements (Bill of Materials Line Items 1 through 40) together with any option(s) (Bill of Materials Option 1 through Option 7) exercised at the time of award. Evaluation of the option(s) will not obligate the Government to exercise the option(s). All Bill of Material Line Items and Option Line Items specify Brand Name - Exact Match requirements. By checking this term, the vendor certifies that the Brand Name product has been offered and priced exactly as specified. Contact Clientservices@Fedbid.com or call 877-933-3234 to address any registration, administrative and non-bid questions and comments. Failure to comply with the Auction Terms may result in a rejection of a bid for being non-responsive.
 
Web Link
www.fedbid.com (a-24754, n-1923)
(http://www.fedbid.com)
 
Place of Performance
Address: Suffolk, VA 23435
Zip Code: 23435
Country: US
 
Record
SN00980164-W 20060205/060203212744 (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  © 1994-2020, Loren Data Corp.