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 -- HP, CISCO & VARIOUS IT (GSA SCHEDULE ONLY)

Notice Date
9/26/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22102
 
Solicitation Number
1019-631725
 
Response Due
9/28/2006
 
Archive Date
3/27/2007
 
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 1019-631725 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 28, 2006 at 15:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Transition Network Transceiver 10/100 BaseFX; Part Number J/E-PSW-FX-02(SC), 200, EA; LI 002, Belkin 20-foot Cat5e Patch Cord, Part Number A3L791-20, 200, EA; LI 003, Blackbox Rack Mount Surge Suppressor, 19-inch with 6 outlets; Part Number SP211A, 50, EA; LI 004, CORNING FIBER TOOL KIT #TKT-UNICAM, 10, EA; LI 005, isco 2960-24-TC-L Switch, (24) 10/100 BaseT (RJ45)Ports, (2) 10/100/1000 BaseT (RJ45) or SFP Ports; Part Number WS-C2960-24TC-L / Cisco 2960 (24) Switch to include the following: 1 each : WS-C2960-24TC-L : Cisco Catalyst 2960 (24) Switch 1 each : CAB-AC : Power Cord, US, 110v (MUST BID PRICE FOR ALL COMPONENT PIECES, PER UNIT), 100, EA; LI 006, Cisco 2960-48TC-L Switch, (48) 10/100 BaseT (RJ45) Ports, (2) 10/100/1000 BaseT (RJ45) or SFP Ports; Part Number WS-C2960-48TC-L Cisco 2960 (48) Switch to include the following: 1 each : WS-C2960-24TC-L : Cisco Catalyst 2960 (48) Switch 1 each : CAB-AC : Power Cord, US, 110v (MUST BID PRICE FOR ALL COMPONENT PIECES, PER UNIT), 60, EA; LI 007, Cisco 3560G-48TS-E Switch, (48) 10/100/1000 BaseT (RJ45) Ports, (4) SFP Ports, Enhanced Image, 2-years SmartNet warranty; Part Number WS-C3560G-48TS-E and CON-SNT-C3560-GTE / Cisco 3560G-48TS-E (48) Switch to include the following: 1 each : WS-C3560G-48TS-E : Cisco Catalyst 3560 (48) Switch 1 each : CAB-AC : Power Cord, US, 110v 2 each : CON-SNT-3560-GTE 8x5xNBD Smart Net Service (MUST BID PRICE FOR ALL COMPONENT PIECES, PER UNIT) , 40, EA; LI 008, HP DL360G4p Server (72GB) to include the following: 1 each - 382147-405 HP DL360G4p 2M SCSI RED MOD-FX US Chassis 1 each - 376242-L21 HP X3.6/800-2M DL360 G4P FIO KIT 1 each - 376242-B21 HP X3.6/800-2MB DL360 G4p Kit 1 each - 343056-B21 HP 2GB REG PC2-3200 2x1GB Memory 2 each - 286778-B22 HP 72GB 15K U320 Pluggable Hard Drive ( 1 each - 331903-B21 HP Slim 24X Carbon Combo Drive (DVD/CDRW) 1 each - 346914-B21 HP SA6i Battery Backed Cache Enabler 128MB 1 each - 354587-001 HP DL360G4 AC US Redundant Power Supply (ALL ITEMS CONFIGURED/ INTEGRATED PRIOR TO SHIPMENT), 10, EA; LI 009, HP DL380G4 Server (72GB) to include the following: 1 each - 371293-405 HP ProLiant DL380 G4 US Model X Chassis 1 each - 378751-L22 HP X3.6/800-2M 370/380 G4 FIO KIT 1 each - 378751-B21 Intel X3.6GHz 2MB 370/380 G4 Processor 1 each - 343056-B21 HP 2GB REG PC2-3200 2x1GB Memory 5 each - 286778-B22 HP 72GB 15K U320 Pluggable Hard Drive 1 each - 331903-B21 HP Slim 24X Carbon Combo Drive (DVD/CDRW) 1 each – 346914-B21 HP SA6i Battery Backed Cache Enabler 128MB 1 each - 364471-B21 Duplex SCSI Configuration Kit 1 each - 374654-B21 64-Bit/133-MHz Single Channel Ultra320 SCSI HBA G2 1 each - 355892-001 HP DL380 G4 US NEMA Hot Plug RPS 1 each - 293048-B21 HP DL380 G4 Redundant Fan Option Kit (ALL ITEMS CONFIGURED/ INTEGRATED PRIOR TO SHIPMENT), 25, EA; LI 010, HP 1 x 8 KVM Console Switch, # 336044-B21, 10, EA; LI 011, HP KVM Interface Adapter Pack, Part Number 262587-B21, 10, EA; LI 012, HP KVM 6-foot Cat5 Cable Pack, Part Number 263474-B22, 10, EA; LI 013, HP TFT7600 Intergrated Monitor, Keyboard, Trackball, Part Number AG052A, 10, EA; LI 014, Cybernetics AIT-3 Tape Drive, 100/200GB, Part Number CY-8103-00/HP, 25, EA; LI 015, Data cartridges for AIT-3 (100/300 GB) tape drives; Part number QC-MIC-100-AIT3 or SDX3100C//AWW, 500, EA; LI 016, eScore Vendor Configuration Data for the following equipment must be received prior to delivery: Line item 5, Cisco 2960 (24) Switch Line item 6, Cisco 2960 (48) Switch Line item 7, Cisco 3560 (48) Switch Line item 8, HP DL 360G4p Server Line item 9, HP DL 380G4 (72GB) Server Line item 10, HP 1x8 KVM Switch Line item 13, HP TFT7600 Integrated Monitor, Keyboard, Trackball Line item 14, Cybernetics AIT-3 Tape Drives (serial numbers only) eScore Vendor Configuration Data for the following equipment must be received prior to delivery: Line item 5, Cisco 2960 (24) Switch Line item 6, Cisco 2960 (48) Switch Line item 7, Cisco 3560 (48) Switch Line item 8, HP DL 360G4p Server Line item 9, HP DL 380G4 (72GB) Server Line item 10, HP 1x8 KVM Switch Line item 13, HP TFT7600 Integrated Monitor, Keyboard, Trackball Line item 14, Cybernetics AIT-3 Tape Drives (serial numbers only) At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred., 1, EA; LI 017, SHIPPING, 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 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. New equipment ONLY, NO remanufactured products BIDS MUST BE VALID FOR 90 DAYS AFTER COMPETITION CLOSE. Configuration must be deliverable through 2006 calendar year BOXED UNIT LABELING AND PALLET REQUIREMENTS: * P/N with barcode on container *S/N with barcode on container *When equipment is modified, a new P/N must be assigned and bar-coded on the container. *When equipment is modified, the original S/N and barcode should not be covered on the container. If a new S/N is assigned, it must be bar-coded on the container. *Pallets must be wood, with standard 3-stringer construction, with 4-way entry. *Pallet size should be 40" X 48" with 48" being the stringer length. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via HP authorized channels for new equipment Federal sales. D) Full HP warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred. *The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. *No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. *Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. *Items received must adhere to the configuration as submitted and approved by the PMA Lab. *Vendors must deliver to the configuration as tested and approved. *Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. *GITM will NOT allow use of third party components in configurations. *Random QA will be performed. *IF it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the government. *The infraction will also be recorded in the Vendor¿s Performance file. *Manufacturer warranty for parts and labor on all components. *Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. *Repaired units must be received within 30 days. *120-Day Lead-time for retuning a defective item from post. *IF award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. *Vendor will provide a written escalation process upon award to include the following information: *Sales Contacts: both Field and inside *Sales Management Contacts *Customer Support Reps and their Management to include: *Customer Service Representative *Warranty Liaison Representative *Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. *To bid on this item, Sellers must be Cisco Gold or Cisco Silver Partner Federal Resellers. *No Exceptions. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. D) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. The GITM Program recommends a brand name procurement of the following equipment: Part Number Description WS-2960-24TC-L Cisco 2960-24TC-L Switch WS-2960-48TC-L Cisco 2960-48TC-L Switch WS-3560-48TS-E Cisco 3560G-48TS-E Switch The Cisco Switches and Components have been identified as a key component of the Department of State infrastructure. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the Department of State network requirements. To ensure compatibility with existing network components in the field, the switches must be a Cisco model and provided by a Cisco reseller. IRM/OPS/PMA has identified the Cisco equipment listed in paragraph two (2) as a key component of the Department’s networking system. Equipment listed above is required to provide network connectivity to existing Department of State’s enterprise network infrastructure based on existing management tools and routing capabilities that requires two critical protocols supported only by Cisco network switches; HSRP (Hot Standby Router Protocol) and EIGRP (Enhanced Interior Gateway Routing Protocol). Per FAR 8.405-6 (e) (1), this acquisition is conducted under the authority of the Multiple Award Schedule Program.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 as a key component of the Department’s networking system. The Cisco switches (part numbers and descriptions listed in paragraph 2) have undergone test and assessment, evaluation for GITM deployments and received final approval from the Department of State IT Configuration Control Board. The GITM Program recommends a brand name procurement of Blackbox, Rackmont Surge Suppressor, part number SP211A.This device has been specifically identified to meet our stringent rack space and utilization requirements. The high clamping voltage (400v) and surge rating of 210 joules is required for our deployments at locations with good or bad power. Additionally this device is field proven to fit the varied equipment racks GITM has deployed. 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 as a key component of the Department’s networking system. The GITM Program recommends a brand name procurement of the Seicor UNICAM fiber kit. IRM/OPS/PMA has identified the Seicor, Unicam Fiber Kit, part number TKT-UNICAM Seicor is only vendor the makes a fiber tipping that will install the UNICAM fiber connectors. The department has been deploying UNICAM fiber connectors for 5 year straight and every post has these connectors and the associated tool kit. It is essentially that we continue to deploy the same type of tool kit. If not the spare connectors at post will not be able to be installed. Furthermore, the connectors the connectors that we have in stock will not be usable Per FAR 8.405-6 (e) (1), this acquisition is conducted under the authority of the Multiple Award Schedule Program.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 as a key component of the Department’s networking system. The GITM Program recommends a brand name procurement of the Transitions Media Converter. IRM/OPS/PMA has identified the Transitions, Stand Alone Media Converter, part number J/E-PSW-FX-02(SC) Transition Network is the only vendor available that manufactures a 10Meg to 100Meg bridging transceiver that will work in harsh power environments. Our requirements are listed below: Inputs: 10/100BaseT 100BaseFX (SC) – 1300nm (Multimode) Fiber Optic Link Budget: 11.00 dB or Better RX Sensitivity: -30.0 dBm or Better Power (Auto Sensing): 110/220 Volts 50/60 Hertz Size Small and has the capability to be rack mountable. To date we have not found a transceiver manufacture that meets those specs.Per FAR 8.405-6 (e) (1), this acquisition is conducted under the authority of the Multiple Award Schedule Program.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 as a key component of the Department’s networking system. The GITM Program recommends a brand name procurement of the HP equipment.The Hewlett Packard DL360 G4p Server (part number B-382147-405) and Hewlett Packard DL380 G4 (part number B-371293-405-M72) Member Server have been identified as a key component of the Department’s core server infrastructure. Additionally, the Integrated TFT7600 (AG052A), KVM Switch (part number 3360244-B21), KVM adapter pack (262587-B21), and KVM Cat5 cable pack (part number 263474-B22) have also been identified as key components to the Department’s networking system. IRM ITCCB approved the use of Hewlett Packard Servers, Integrated TFT77600, KVM Switches, KVM Interface Adapters, and KVM cat5 Cables for unclassified and classified network. Servers, KVM Switches, KVM Interface Adapters, and KVM Cat5 Cables were tested by the Department for hardware and software compatibility along with integrated management functions with existing equipment. To ensure compatibility with existing hardware and software in the field, the Domain Controller and Member Servers must be HP DL360 G4p and DL380 G4 Servers and provided by a Hewlett Packard reseller. In addition, the KVM Switch, KVM Interface Adapters, and KVM Cat5 Cables must be a genuine Hewlett Packard product provided by an authorized Hewlett Packard reseller. Tape media is the primary backup media of use for the Department of State per FAM guidelines for system backup. Department have standardized on AIT tape format for several years. The Cybernetics AIT tape drives have been identified as the only internal tape drive that will work with servers in the field. Use of third party equipment that is not compatible with servers will create equipment installation and configuration conflicts as well as increase the cost of providing tape backup solutions on Department’s classified and unclassified network. To ensure compatibility with existing servers in the field the Internal AIT-3 Tape Drive must be a Cybernetics unit and provided by a Cybernetics reseller. IRM/OPS/PMA has identified the Hewlett Packard DL360 G4p Server (part number B-382147-405) and Hewlett Packard DL380 G4 (part number B-371293-405-M72) member servers as a key component of the Department’s core server infrastructure. Servers, KVM Switches, KVM Interface Adapters, and KVM Cat5 Cables were tested for compatibility with existing hardware and software by the Department to function as domain controllers in a critical support of Department’s Active Directory structure and as member servers supporting application, file sharing, and printing functions. IRM/OPS/PMA has identified the Cybernetics (part number CY-8103-00/HP) as a key component of the Department’s backup system. Servers in the field have a single 1.6” hot plug tape drive bay and to ensure compatibility with existing servers, the Internal AIT-3 Tape Drive must be a Cybernetics unit and provided by a Cybernetics reseller. 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 as a key component of the Department’s networking system. The Hewlett Packard DL360 G4p and DL380 G4 Servers as well the Hewlett Packard Integrated TFT7600, KVM Switch, KVM Interface Adapters, and KVM Cata5 Cables have undergone testing, assessment, and evaluation for compatibility with existing hardware and software and are approved for use by the IRM ITCCB for unclassified and classified network. The Cybernetics Tape Drive for Hewlett Packard Servers (Part Number CY-8103-00/HP) has undergone testing, assessment, and evaluation for server compatibility. AMENDED LINE ITEM 006 & 007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-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-33823_02, n-3966)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019-631725/listing.html)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01155518-F 20060928/060926223416 (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.