Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

70 -- Dell Servers

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-647910
 
Response Due
7/25/2006
 
Archive Date
8/14/2006
 
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 1045-647910 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 05-08. 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, July 25, 2006 at 00:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ashburn, VA 20147 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Base Unit: Enclosure with no Blades, 2 Power Supplies for PowerEdge 1855 (221-8101) -No Keyboard Option, for Dell PowerApps, Tied (310-0900) -No Monitor Option (320-0058) -1.44MB, 3.5 in, External USB Floppy Drive (340-9930) -Mouse Option None (310-0024) -Media Tray option for external CD or floppy drive on PE1855 (313-3119) -DVD-ROM, 8x, External USB Black (313-4219) -Front Dongle Cable for USB and KVM Connectivity (310-6257) -Documentation, PE1855, English (310-6258) -2 Gigabit Pass-Thru, For IO Bays 1-2 or 3-4 (w/ Ethernet Daughtercard) **Quantity 2**(430-1080) - -Avocent Keyboard, Video and Mouse Switch, Analog for PE1855 Enclosure (430-1253) -Rack Chassis w/Rapid Rails for Dell, HPQ or other Square HoleRacks, PE1855 (310-5820) -Type 2 Contract Same Day 4HR Parts and Labor On-Site Response, Initial Year (960-3630) -Premier Enterprise Support - Gold - Premium Services, 3YR Extended (950-6962) -Type 2 Contract Same Day 4HR Parts and Labor On-Site Response, Two Years (950-6912) -Premier Enterprise Support -Complex Resolutions w/Advanced Software Support - 3 Pack -Exp. 3 Years (950-0117) -Premier Enterprise On Demand Engineer Dispatch Severity 1 Three Years (970-0237) -Premier Enterprise Support Service Gold Welcome Letter (310-3785) -Thank You for buying Dell (983-2207) -Please visit WWW.Dell.COM (983-2217) -Dell Education Services Online Enterprise Training included w/purchase, take courses at -LearnDell.com 90-Day Acc (983-7037) -On-Site Installation Declined (900-9997) -Power Supply Units, 2x2100 Watt, Redundant, PowerEdge 1855 Enclosure (310-6491) -24Amp, Hi-Power Power Distribution Unit, 208V (310-1878) -Don?t ship to EU, Japan after July/1/06 - Product not compliant w EU RoHS Directive (Restriction of -Hazardous (465-3663) -NO Operating System, Microsoft Configuration, PE1X55 (420-1908), 2, EA; LI 002, Base Unit: Dual Core, 2.8GHz/2x2MB Cache Xeon 800MHz FSB for PowerEdge 1855 (222-0413) -Dual Core, 2.8GHz/2x2MB Cache Xeon 800MHz FSB, 2nd processor for PowerEdge 1855 (311-5464) -8GB DDR2 400MHz (4X2GB), Dual Ranked DIMMs (311-3605) -73GB 15K RPM, Ultra 320 80pin SCSI Hard Drive, Hot Plug for PowerEdge 1855 Only **Quantity 2 EA*** (341-2116) -PCI Dual-Port Gigabit Ethernet Daughter Card for PE1855 Blade (Required with Enclosure switch options in --IO Bays (430-1249) -NO Operating system, Microsoft Configuration, PEXX55MC Blade (420-1914) -OpenManage Software Installation ONLY, No Kit or System Documentation (310-5823) -C2, RAID On Motherboard SCSI RAID 1, Minimum of 2 SCSI HDS Required for PowerEdge 1855 (341-1558) -Premier Enterprise Support -Complex Resolutions w/Advanced Software Support - 3 Pack -Exp. 3 Years (950-0117) -Premier Enterprise On Demand Engineer Dispatch Severity 1 Three Years (970-0237) -Premier Enterprise Support Service Gold Welcome Letter (310-3785) -Type 2 Contract Same Day 4HR Parts and Labor On-Site Response, Initial Year (960-3800) -Type 2 Contract Same Day 4HR Parts and Labor On-Site Response, Two Years (950-7312) -Premier Enterprise Support - Gold - Premium Services, 3YR (950-7382) -Thank You for buying Dell (983-2207) -Please visit WWW.Dell.COM (983-2217) -Dell Education Services OnlineEnterprise Training included w/purchase, take courses at LearnDell.com 90-Day Acc (983-7037) -On-Site Installation Declined (900-9997), 20, EA; For this solicitation, Department of State 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. Department of State 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 Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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 lundyhe@state.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. 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. FOB DESTINATION CONUS BRAND NAME JUSTIFICATION: As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements. The Dell PowerEdge 1855 blade server was selected for this purpose because it must be used in a standardized Dell environment and because results obtained by the Bureau?s Systems Engineering Task Team in tests and reviews of other manufacturer?s servers indicated that it most closely met the Department of State?s processing, redundancy, and management requirements. The PowerEdge 1855 has been approved by the Bureau of Consular Affairs? Configuration Control Board and is being added to the Consular HW Baseline. The requested servers will be deployed at a DoS facility which, in the interests of overall cost economy, reliability, and ease of administration, has established an environment comprised solely of Dell HW. The continued use of Dell servers obviates the need to procure, maintain and account for spare parts inventories for multiple HW manufacturer?s server configurations or to manage multiple vendors? out years support and maintenance agreements. The PowerEdge 1855 blade servers offer space utilization and cost advantages over the 1 U servers they replace. They will be deployed at a facility that is space constrained and thus the ability to deploy 10 blade servers in a chassis occupying only 7U of rack space is of special significance. Unlike some other manufacturers? blade servers, the 1855s offer the same functionality as can be obtained from 1 U servers, i.e., there is no trade-off between density and functionality. The Dell PowerEdge 1855 servers are to replace older equipment and must be delivered, installed, configured, tested and integrated in the production environment in time to go live prior to October 4, 2006, the initiation date of the 2008 Diversity Visa program. CA/CST therefore must take physical possession of this HW no later than September 1, 2006. Even if another manufacturer?s server identical to the PowerEdge 1855 in terms of specifications, configuration and functionality were to become available at this juncture, it could not be evaluated and baselined in time to ensure that it would be requisitioned, competed, obtained, and otherwise readied for use by October 4, 2006. Absolutely no slippage can be allowed in the initiation date of the 2008 Diverstiy Visa program that the PowerEdge 1855 will support.
 
Web Link
www.fedbid.com (a-29462, n-2824)
(http://www.fedbid.com)
 
Place of Performance
Address: Ashburn, VA 20147
Zip Code: 20147
Country: US
 
Record
SN01094876-W 20060723/060721220631 (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.