Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
MODIFICATION

70 -- EMC SAN HARDWARE

Notice Date
9/27/2006
 
Notice Type
Modification
 
Contracting Office
P.O. Box 9115, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1025-631035
 
Response Due
9/28/2006
 
Archive Date
3/27/2007
 
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 1025-631035 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 17:30:00 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, EMC DMX-3-2500 - 28 TBytes Usable Capacity with SRDF, SRDF GigE Ports, TimeFinder, Control Center - Primary Site: DMX3-120-DCH DMX3 120 DRVSLT&BBU DCH, 4, EA; LI 002, DMX3-120-DIR DMX3 120 DRVSLT&BBU DCON, 4, EA; LI 003, DMX2G151462B 146GB 15K 144.81GB MIRR, 410, EA; LI 004, DMX2G101461B 146GB 10K 144.81GB ONEDRV, 70, EA; LI 005, DMX3-M9-16GB DMX3 M9 16GB MEM DIR, 12, EA; LI 006, DMX3-80000 DMX3 8PT FC DIR 8M0S, 8, EA; LI 007, DMX3-40200 DMX3 6PT FC GE 4M2M, 4, EA; LI 008, DMX-ACON3P-50 AC CONNECTOR 3 PHASE, 12, EA; LI 009, DMX3-PCBL3DHR DMX3 PWR CBL HBL-RSTOL 3D, 12, EA; LI 010, TF-M-RN-OPN RT FOR TF-M ON OPEN SYSTE, 2, EA; LI 011, SRDF-S-RN-OPN RT FOR SRDF-S ON OPEN SYS, 2, EA; LI 012, DMX3-GE-SRDF DMX3 GERDF PT, 8, EA; LI 013, 24S-CONFIG07 24S-CONFIG07KIT, 2, EA; LI 014, CC-OIC-KIT CC5.X OPN INTG CMPNTS KIT, 2, EA; LI 015, SRDF-S-BASE SRDF-S BASE LICENSE, 2, EA; LI 016, TF-EIM-C05 TF-EIM 1TB (61-100TB), 130, EA; LI 017, TF-EIM-BASE TF-EIM BASE MODEL, 2, EA; LI 018, TF-CLN-RN-OPN RT FOR TFCLONE ON OPEN SY, 2, EA; LI 019, TF-M-C05 TF-M 1TB (61-100TB), 130, EA; LI 020, CC-SYMPK-C05 SYMM PKG 1TB (61-100TB), 130, EA; LI 021, SRDF-S-C05 SRDF-S 1TB (61-100TB), 130, EA; LI 022, TF-CLONE-C05 TF-CLONE 1TB (61-100TB), 130, EA; LI 023, CC-SM-C05 SAN MAN 1TB (61-100TB), 130, EA; LI 024, TF-M-BASE TF-M BASE LICENSE, 2, EA; LI 025, TF-CLONE-BASE TF-CLONE BASE LICENSE, 2, EA; LI 026, CC-SM-BASE SAN MAN BASE LICENSE, 2, EA; LI 027, TF-RUN-OPEN RUNTIME NO CHARGE-OPEN, 2, EA; LI 028, CC-SYMPK-BASE SYMM PKG BASE LICENSE, 2, EA; LI 029, VDS-STDS PROVIDES VDS SUPPORT, 4, EA; LI 030, PS-CUS-PRDSVC SAN Design & Implementation Service, 2, EA; LI 031, PS-CUS-PRDSVC Data Migration All Inclusive, 2, EA; LI 032, DMX3-2DAPAIR DMX3 DISK DIR 2 PAIR, 2, EA; LI 033, DMX3-PWRMOD DMX3 PWR MOD 24 SYS, 6, EA; LI 034, DMX3-DBDR-3D DMX3 DRV BAY DCON 3D, 2, EA; LI 035, DMX3-DBDC-3D DMX3 DRV BAY DACHN 3D, 2, EA; LI 036, DMX3-SYS24-3D DMX3 24 SLOT SYS BAY 3D, 2, EA; LI 037, (EMC Dual DS4100B-32 Switches with Enterprise SW 16 Emulex LP10000-E HBAs - Primary Site) LP10000-E EMULEX PCI HBA , 32, EA; LI 038, FC10M-50MLC FCHNL 10M 50/125 LC-LC, 128, EA; LI 039, DSB2RLKT RAILS FOR SYMM DS8B2, 4, EA; LI 040, DS-4100B-00 BRCD 32-PORTS W/16 ACTIVE, 4, EA; LI 041, DS4100B-8U-00 BRCD 8-PORT UPGRADE, 8, EA; LI 042, DS4100B-ENT ENTERPRISE BUNDLE -4100B, 4, EA; LI 043, PP-WN-WG PPATH WINDOWS WGR, 32, EA; LI 044, PP-WN-KIT POWERPATH WINDOWS KIT, 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 Kathleen Mejia at mejiakj@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. Brand name justification for procurement of Dell EMC DMX3 Symmetrix Storage array with 28TB usable to replace exiting DMX800's for the U.S. Department of State, Bureau of Human Resources. For purposes of standardizing the infrastructure components of the HR system it is necessary for this equipment to be the Dell brand name. 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.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. 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. CHANGED TO OPEN MARKET BIDS ACCEPTABLE.
 
Web Link
www.fedbid.com (b-34189_01, n-4014)
(http://www.fedbid.com)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01155741-W 20060929/060927220340 (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.