Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
MODIFICATION

70 -- NETAPPS

Notice Date
9/26/2006
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1010-631018
 
Response Due
9/27/2006
 
Archive Date
3/26/2007
 
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 1010-631018 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 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 Wednesday, September 27, 2006 at 13:00:00 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, Part #F810-BASE-512MB -F810, DATA ONTAP - 2 EACH PART # FAS3020HA-IB-BASEIG-R5 - FAS3020HAA, IB, IG CF, OS, R5, 2, EA; LI 002, PART # SW-T3C-CIFS-C - CIFS SOFTWARE, T3C-C, 2, EA; LI 003, PART # SW-T3C-ISCSI-C - ISCSI SOFTWARE, T3C-C - (2 EACH) PART # SW-T3C-SMSVS-C - SNAPMIRROR-SNAP VAULT SOFTWARE BINDL, T3C-C, 2, EA; LI 004, PART # SW-T3C-SRESTORE-C - SNAPRESTORE SOFTWARE, T3C-C, 2, EA; LI 005, PART # X700B-ESH2-R5-C DS14MK2 SHLF, ACPS, 14X144GB, 10K, HDD, ESH2-C, R5, 2, EA; LI 006, PART #X1035-R5-C - NIC, FI, 2-PORT, GBE, LC, -C, R5, 2, EA; LI 007, PART # X1941A-R6-C - CBL, 5M, CLUSTER 4X, CU-C, R6, 2, EA; LI 008, PART # -X6518A-R6-C -CBL, 5M OPTICAL, LC/LC, -C, R6, 4, EA; LI 009, PART # X800E-R6-C - POWER CABLE NORTH AMERICA, -C R6 (8 EACH), 8, EA; LI 010, PART # X505-R6-C - SYSTEM LIFT HANDLE, DETACHABLE, -C, R6 (2 EACH), 2, EA; LI 011, PART # X5515A-R6-C - KIT, 4N2 POST RACKMOUNT, DS14-MID, -C, R6, 4, EA; LI 012, PART # -X6529-R6-C -SFP, OPTICAL, FC, -C R6, 4, EA; LI 013, PART # - DOC-3XXX-C - DOCUMENTS, 3XXX, -C, 1, EA; LI 014, PART #X9900 - LABEL CUSTOMER SITE SRA, 2, EA; LI 015, PART # -X9901 - ENVELOPE CUSTOMER SITE SRA, 1, EA; LI 016, PART # CS-O-4HR - PREMIUM SUPPORT W/INSTALLATION, 7X24, 4 HOUR ONSITE, 1, EA; LI 017, PART # UG-L2-BASE - LEVEL 2 PLATFORM RETURN CREDIT, 2, EA; LI 018, PART #UG-L2-PROTOCOL - LEVEL 2 PROTOCOL RETURN CREDIT , 2, EA; LI 019, PART # UG-L2-SWI - LEVEL 2 SOFTWARE RETURN CREDIT, 2, EA; LI 020, PART # UG-L2-SW2 - LEVEL 2 SOFTWARE2 RETURN CREDIT, 3, EA; LI 021, PART # PRO-SVS - PROFESSIONAL SERVICES, 3, EA; LI 022, PART # X276A - 300GB, 10K, UNIVERSAL FC DRIVES, 8, EA; LI 023, PART # OTSW-RT, 1, EA; LI 024, PART # 908762G5-2-W1 - SPRECTRA 2K, 30 SLOTS (AIT-3, 2 DRIVES, SCSI - LVD/SE, RACKMOUNT/TABLETOP, (INCLUDES 1 TERMINATOR), 1, EA; LI 025, PART # 90870699 - 3 YEARS OF SPECTRA 2K NEXT BUSINESS DAY REPLACEMENT (NBDR) SERVICE, 1, EA; LI 026, PART #9087021 - 230M AIT-3 CERT. MEDIA PACK (15), 6, EA; LI 027, PART # 90870241 - SPRECTRA 2K TRAINING CD, 1, EA; LI 028, PART # SHIPINS - SHIPPING INSURANCE, 1, EA; LI 029, PART # AHA29160U - ADAPTEC 29160 LVD SCSI CARD (FOR SERVER), 1, EA; LI 030, PART # DMXLVD-06 - 6' SCSI CABLE, 1, EA; LI 031, PART # 90870558 - STANDARD 19 INCH RACK MOUNT KIT - BLACK, 1, 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 Ruby Green at greenrs@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. The vendor may not substitute any item listed on this order with out prior, written approval from the USDOS Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specification of this RFQ. Items that do not confirm to descriptions and part numbers found in this RFQ will be rejec 0044 ted at the time of delivery causing a return at the vendors expense. Bid MUST be good for 30 calendar days after submission New equipment ONLY, NO remanufactured products Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION SHIPPING State Department IT system uses the NETAPP to provide network comparability to existing Department of State?s enterprise network infrastructure based on existing management tools and capabilities. The NETAPP System has undergone test and assessment, evaluation for all IT division of internal and posts use and received approval from the Department of State IT Configuration Control Board We do not have any preference of which vendor provide the NETAPP equipment for us and our posts but we prefer to have the best service available since we must have our system up and running 7*24. FCN has been providing the best possible service and that?s why we have requested the initial quotes from them but again we need the NETAPP equipment and could not ask for any other vendor for quotes. There is no other comparable Filer which are approved by the department and ITCC board. We have bought these equipments for the domestic IT needs and our post as well and it is now becoming standard for the entire department.
 
Web Link
www.fedbid.com (b-32846_04, n-3963)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01154677-W 20060928/060926220330 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.