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 -- VMWARE (GSA SCHEDULE)

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Fort Myer Drive, Springfield, VA 21999
 
ZIP Code
21999
 
Solicitation Number
1019-631580
 
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 1019-631580 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 Friday, September 22, 2006 at 12:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, VMWARE TAM (#V55-05RX), 1, LOT; 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 Lawanna Manning at manninglr@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. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. IRM/OPS/SIO/EOC/ESM is responsible for maintaining the Enterprise Server Operation Center (ESOC) to support diverse DoS server applications and systems in a controlled environment. The ESOC was established to satisfy Secretary Powell?s requirement to collocate and then consolidate Department of State Servers. In order to satisfy this consolidation requirement, the ESOC has procured VMWare?s ESX Server Software. VMWare ESX software will allow ESOC to minimize the Total cost of ownership (TCO) of its computing infrastructure within the ESOC, providing its customers a highly available, scalable server environment for a wide variety of critical DOS applications supported within the ESOC. VMWare Inc. retains the sole exclusive right to manufacture and distribute VMWare software, and is sole licensor for VMWare support and subscription services. There is currently no other software competitor on the open market that can provide a hardware virtualization product to meet the ESOC requirements as VMWare ESX software. This Information presented in this memorandum represents our minimum requirements and is, to the best of my knowledge, accurate and complete.
 
Web Link
www.fedbid.com (b-33509, n-3776)
(http://www.fedbid.com)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01149271-W 20060922/060920220344 (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.