Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

70 -- DELL PE 2950 (GSA SCHEDULE ONLY)

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Po Box 9115, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1025-631018
 
Response Due
9/22/2006
 
Archive Date
3/21/2007
 
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 1025-631018 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 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 Friday, September 22, 2006 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20522 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Base Unit: Dual Core Xeon Processor 5150 4MB Cache, 2.66GHz, 1333MHz FSB, PE 2950 (222-3389) Processor: Dual Core Xeon 2nd Processor 5150, 4MB Cache, 2.66GHz 1333MHZ FSB, PE 2950 (311-6221) Memory: 4GB 667MHz (4X1GB), Dual Ranked Fully Buffered DIMMs (311-6154) Keyboard: No Keyboard Selected (310-5017) Monitor: No Monitor Option (320-0058) Video Card: Broadcom TCP/IP Offload EngineNot Enabled (430-1765) Video Memory: Riser with 3 PCIe Slots for PowerEdge 2950 (320-4607) Hard Drive: 146GB, SAS, 3.5-inch 15K RPM Hard Drive (341-3031) Hard Drive Controller: PERC 5/i, x6 Backplane Integrated Controller Card (341-3066) Floppy Disk Drive: No Floppy Drive for x6 Backplane (341-3685) Operating System: No Operating System, Microsoft (420-4077) Mouse: Mouse Option None (310-0024) NIC: Embedded Broadcom NetXtreme II5708 GigabitEthernet NIC (430-1764) Modem: Dell Remote Access Card, 5th Generation for PowerEdge Remote Management (313-3923) CD-ROM or DVD-ROM Drive: 24X IDE CD-ROM for PowerEdge 2950 (313-3932) Sound Card: Bezel for PE 2950 (313-3920) Speakers: 1x6 Backplane for 3.5-inch Hard Drives (311-5747) Documentation Diskette: Electronic Documentation and OpenManage CD Kit, PE2950 (310-7415) Additional Storage Products: 146GB, SAS, 3.5-inch 15K RPM Hard Drive (341-3031) Feature Integrated SAS/SATA RAID 5 PERC 5/i Integrated (341-3060) Feature Rack Chassis w/Sliding Rapid/Versa Rails and Cable Management Arm,Universal (310-7412) Service: Dell Hardware Warranty Plus Onsite Service Inital YR (984-1399) Service: PLATINUM Enterprise Support: 4Hour 7x24 Onsite service withEmergency Dispatch,Init YR (970-4220) Service: Dell Hardware Warranty, Extended YR (984-1417) Service: PLATINUM Enterprise Support: 4Hour 7x24 Onsite service withEmergency Dispatch,2 YR Ext (960-8352) Service: PLATINUM Enterprise Support: 7x24 Acct Management, Hw/Sw Tech Phone Support, Enterprise Command Center, 3Yr (960-8582) Installation: On-Site Installation Declined (900-9997) Misc: Redundant Power Supply with Y-Cord for PowerEdge 2950 (310-7421) Misc: 146GB, SAS, 3.5-inch 15K RPM Hard Drive (341-3031) Misc: 146GB, SAS, 3.5-inch 15K RPM Hard Drive (341-3031) , 10, 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 Gwen Mansfield at mansfieldg@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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. 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. 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. . IDENTIFICATION OF AGENCY AND THE CONTRACTING AGENCY The Office of Acquisitions, Telecommunications Branch, has received a request from the Department of State, Bureau of Human Resources. 2. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED Brand name justification for procurement of software support for Dell PowerEdge Hardware for the U.S. Department of State, Bureau of Human Resources. 3. DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY?S NEED Dell PowerEdge hardware to support very complex Human Resources Management Systems (HRMS) that support the entire Department of State. 4. IDENTIFY THE STATURY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETION. This action is taken in accordance with the provisions of FAR 6.302-1, Only One Responsible Source. The statutory authority is 41 U.S.C. 253 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements, as identified by FAR 6.302-1. 5. A DEMONSTRATION THAT THE PROPOSED CONTRACTOR?S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED. For purposes of standardizing the infrastructure components of the HR system it is necessary for this equipment to be the Dell brand name. ? Dell provides common images and components with its servers platforms ? helping to simplify management and cut costs. Dell has spent the last decade building commonality into the server family with the specific goal of simplifying management and maintenance, while reducing cost and complexity. ? ImageWatch? ? Dell provides a road map of upcoming software changes, allowing HR to better plan updates. ? Block updates ? By delivering scheduled changes, Dell can help minimize the number of updates HR makes each year. ? Image commonality ? By reducing the number of overall images in the Dell PowerEdge server line, Dell has reduced the time required for image maintenance. ? Component commonality ? The Dell PowerEdge Server Family share common components (memory, hard drives, management cards and more), which help improve efficiency during build and servicing. ? Management commonality ? Dell PowerEdge Servers are managed through a common interface to help maximize efficiency and streamline management. Dell OpenManage is provided with ALL Dell systems at no extra cost. OpenManage provides one management interface for hardware, software, and operating systems. ? Dell tracks configurations of every product down to the component level, which allows Dell to quickly and easily analyze product performance and take corrective action when needed. ? Dell provides investment protection when migrating to future Blade Server architectures (ie, going from PowerEdge 1855 to PowerEdge 1955). ? Dell advocates use of industry-standard resource management software where competitors are proprietary (customer lock-in) and expensive. ? Human Resources strive to maintain a single point of accountability, with common network and systems management tools compatible with current equipment. The existing IT infrastructure has been developed utilizing an architecture based on a Dell sourced platform. To promote an overall lower Total Cost of Ownership, this procurement should be considered incremental to the existing infrastructure. Utilizing Dell for these additional enterprise products and services will provide continuity and single point of contact responsibility for the overall infrastructure. ? Having Dell as the single vendor for the entire enterprise mix of servers and storage products, including software, provides a clear escalation path and resolution of all issues to maintain critical systems. ? Dell Systems Management provides a single tool to manage and monitor the entire enterprise of servers and storage products. 6. DESCRIBE EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS APPLICABLE. This requirement will be publicized in FedBiz.com. 7. A DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE U.S. GOVERNMENT WILL BE FAIR AND REASONABLE. A price comparison was conducted to determine if the price offered is fair and reasonable. Based on the research, the price is considered fair and reasonable. 8. DESCRIBE THE RESULTS OF ANY MARKET SURVEY CONDUCTED OR THE REASONS A MARKET SURVEY WAS NOT CONDUCTED. No market survey was conducted as HR desires Dell products, but the products can come from any reseller. 9. OTHER FACTORS SUPPORTING USE OF OTHER THAN FULL AND OPEN COMPETITION
 
Web Link
www.fedbid.com (b-33503, n-3773)
(http://www.fedbid.com)
 
Place of Performance
Address: WASHINGTON, DC 20522
Zip Code: 20522
Country: US
 
Record
SN01149268-W 20060922/060920220341 (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.