Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
MODIFICATION

70 -- NETWORK ACCESSORIES

Notice Date
9/19/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22102
 
Solicitation Number
1069-6Z3293
 
Response Due
9/21/2006
 
Archive Date
3/20/2007
 
Point of Contact
Name: Doug Stuck, Title: Sourcing Agent, Phone: 301.788.3839, Fax: 703.442.7822,
 
E-Mail Address
Doug.Stuck@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: 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 1069-6Z3293 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 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 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 Thursday, September 21, 2006 at 15:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Rosslyn, VA 22091 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, DELL E-CX3-20 Storage Processor Enclosure (222-3865) Navisphere Manager Enterprise (8+ HOSTS) for CX3-20) (420-5955) Visual SRM 30 Day Trial Period and 1 TB limit, Customer Install (420-5066) Dell Hardware Warranty Plus On-Site Service Initial year (984-4108) GOLD Enterprise Support 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year (970-8010) Dell Hardware Warranty Plus On-Site Service Extended Year (984-4119) GOLD Enterprise Support: 4-Hours 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended (970-2292) GOLD Enterprise Support: 7x24 Escalation Manger, Hardware/Software Tech Phone Support, Enterprise Command Center (970-2552) 3Year DELL| EMC: Software Assurance (984-4288) Premium Enterprise Support - Gold - Advanced Software Support (950-6707) CX3-20 SAN Implementation/Installation 1 to 20 Hosts (984-4559) Software Installation Include in SAN/DAS implementation Installation (981-9059), 1, EA; LI 002, DELL ML6010 Control Module, LTO-3 2-Drive Native Fibre, 5U-R (222-2918) (222-2918) 2x5M Multi-Mode FC Cable LC-LC (310-7390) Type 2 Contract - Same Day 4-Hour 7x24 Parts and Labor On-Site Response, Initial year(902-6270) Type 2 Contract - Same Day 4-Hour 7x24 Parts and Labor On-Site Response, 2 Year Extended (302-5072) 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 (983-5088) Dell Education Service Online Enterprise Training included w/purchase, take courses at LearnDell.com 90-Day Acc (983-7037) Installation, Power Vault, SAN Environment (983-4997) Redundant Power for ML6010 Control Module (310-7217) Tape Media for LT03, 400/800 GB30 Pack (341-2630), 1, EA; LI 003, DELL Brocade 4100 16-32 Ports on Demand 4 Gbps Fibre Channel Switch-R (222-2653) Brocade 4100 8 Port Upgrade License and SFPs (420-5244) 3M Multi-Mode FC Cable LC-LC (310-4928) Premium Enterprise Support - Gold - Premium Services (950-5927) Premium Enterprise Support - Gold - Advanced Software Support (950-5987) Type 2 Contract - Same Day 4-Hour 7x24 Parts and Labor On-Site Response, 2 YR Extended (960-1562) Type 2 Contract - Same Day 4-Hour 7x24 Parts and Labor On-Site Response, Initial Year (960-1600) Hardware Installation Include in SAN/DAS Implementation Installation (981-9069), 2, EA; LI 004, DELL DAE4P-OS 15x300GB 10K 2Gb CX3-20 Hard Drive Bundle (222-4439) (222-4439) Dell Hardware Warranty Plus OnSite Service Initial Year (984-4127) GOLD Enterprise Support: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year (970-8030) Dell Hardware Warranty Plus On-Site Service Extended Year (984-4128) GOLD Enterprise Support: 4 Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Ext. (970-2312) GOLD Enterprise Support: 7x24 Escalation Manger, Hw/Sw Tech Phone Support, Enterprise Command Center, 3 Year (970-2572) Hardware Install Included in SAN/DAS IMP/INST Bundle (984-4327) Keep Your Hard Drive, 3 Years (970-2712), 1, EA; LI 005, DELL 8 Port Keyboard/Video/Mouse Analog Switch, 180AS Re# 309477039 (221-8096), 1, EA; LI 006, 15FP, 1U Rack Console with RapidRails, 15" TFT LCD, 83 key mini-kybd, U.S., Customer Install (310-4227) , 1, EA; LI 007, Power Path ENT Windows Workgroup Customer Kit (420-0963) , 20, EA; LI 008, NETBACKUP SERVER WIN ENT SVR V6.0 LIC T-2 (A0538430) , 1, EA; LI 009, NETBACKUP WIN ENT SERVER V6.0 T-2 EXTENDED SUP 1YR (A0536424) , 1, EA; LI 010, NETBACKUP CROSS PLATFORM SHARED STORAGE V6.0 LIC (A0537743) , 2, EA; LI 011, NETBACKUP CROSS PLATFORM SHARED STORAGE V6.0 EXT SUP 1YR (A0538079) , 2, EA; LI 012, NETBACKUP CROSS PLATFORM LIBRARY BASED TAPE DRIVE SUP V6.0 (A0535268) , 2, EA; LI 013, NETBACKUP CROSS PLATFRM LIBRARY BASED DRIVE V6.0 EXT SUP 1YR (A0535269) , 2, EA; LI 014, VM Infrastructure 3 Enterprise - 2 processor additive license - ESX Virtual SMP VC Agent Vmotion HA DRS VCB (A0657225) , 8, EA; LI 015, Platinum SNS for VI 3 Enterprise - 2 proc - 1 year 24x7 support and full subscription (A0657230) , 8, EA; LI 016, VirtualCenter Management Server 2 - License (A0657176) , 1, EA; LI 017, Platinum SNS for VCMS 2 - 1 year 24x7 support and full subscription (A0657177) , 1, EA; LI 018, Media only - VMware Infrastructure Media Kit (A0657224) , 1, EA; LI 019, Rapid Rails, Brocade 4100 for Dell and Square Hole Racks (310-6601) , 2, 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments 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.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov 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. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. FOB DESTINATION CONUS The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Bureau of Diplomatic Security, Chief Technology Office. This Justification and Approval (J&A) on a brand name only basis is for the use of Department of State approved Desktop IT equipment. The use of a brand name description is essential to the Government’s requirements of compatibility with existing operational equipment across the DS Enterprise. Because of the interchangeable parts supporting the equipment, it provides a cost effective process in managing an Enterprise asset that is used by DS in all of its CONUS locations. By standardizing on one baseline configuration, the management and support render to the end user is streamlined. DS/CTO/SMD/OPS has identified Dell Desktop equipment as a key component for DS desktop support. Dell desktop equipment is required to provide compatible hardware configuration with existing Department of State’s enterprise desktop equipment management tools and standardize software configurations that are common to the Brand Name in support of video drivers, NIC drivers and compatible removable drive components. These are essential management tools in support of non-CTO manned Resident and Field office support. 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 most cost effective means to meet the DS desktop support requirement. CLARIFIED LINE ITEMS. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-32500_02, n-3720)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1069-6Z3293/listing.html)
 
Place of Performance
Address: Rosslyn, VA 22091
Zip Code: 22091
Country: US
 
Record
SN01149046-F 20060921/060919224011 (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.