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 -- HP SERVER

Notice Date
9/27/2006
 
Notice Type
Modification
 
Contracting Office
1701 N. Ft Myer Dr, Rossyln, VA 20770
 
ZIP Code
20770
 
Solicitation Number
1045-647753
 
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 1045-647753 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 Thursday, September 28, 2006 at 18:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WILLIAMSBURG , KY 40769 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, HP ProLiant ML570 G3 Rack Server (as per the specifications below), Quantity 2 HP ProLiant ML570 G3 Rack Server (p/n: 379934-405) Intel? Xeon? Processor 3.16GHz/1M processor (p/n: 375369-L21) Intel? Xeon? 3.16GHz/1M Processor (p/n: 375369-B21) Intel? Xeon? 3.16GHz/1M Processor (p/n: 375369-B21) Intel? Xeon? 3.16GHz/1M Processor (p/n: 375369-B21) Memory board: 1st memory board 4GB Total REG PC2-3200 (4x1GB) memory (p/n: 343056-4G1) Storage controller: Integrated Dual Channel Wide Ultra320 SCSI Adapter HP Smart Array 6402/128 controller (RAID) (p/n: 273915-B21) 64-Bit/133MHz dual channel Ultra320 SCSI adapter (non-RAID) (p/n: 268351-B21) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) HP 146.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (p/n: 347708-B22) Network card: Integrated NC7782 Dual Port PCI-X 10/100/1000T Gigabit 910/1300W hot plug redundant power supply (NEMA) (p/n: 348114-001) Hot plug redundant fan (p/n: 348108-B21) 1.44MB Floppy Disk Drive (p/n: 390164-B21) SlimLine DVD-ROM Drive (8x/24x) Option Kit (p/n: 264007-B21) Server management: Integrated Lights-Out (iLO) Management Warranty: Warranty - 3 year next business day onsite HP Care Pack 4-hour, 24x7 onsite, 3 years support INTEGRATION/CONFIGURATION OF COMPONENTS REQUIRED PRIOR TO SHIPMENT, 2, EA; LI 002, HP DAT 72X10 TAPE AUTOLOADER PART# AE313A#ABA, 2, EA; LI 003, HP 1/8 AUTOLOADER RACK MOUNT KIT PART# C9268R , 2, EA; LI 004, HP CPE 3YR 24X7X4 ONSITE F/ML570 PART# U4592E, 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 Robert Tansmore at tansmorerl@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. 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 Hewlett Packard authorized channels for new equipment Federal sales. D) Full Hewlett Packard warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. MUST BID HP BRAND, PER PART # ONLY. NO COMPATIBLES, NO SUBSTITUTIONS, NO LIKE MFR ITEMS PERMITTED. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Bureau of Consular Affairs, Office of Consular Systems and Technology (CA/CST). This Justification and Approval (J&A) on a brand name only basis is for the acquisition of HP ProLiant ML570 G3 Servers. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. The HP ProLiant ML570 G3 Server have been identified as key components of the Department?s networking system, with optimal server configurations to meet CA/CST/VCS? Diversity Immigrant Visa Information System (DVIS) project?s needs. Currently CA is upgrading the OS and Oracle in preparation for the next releases of DVIS 05.03.00; therefore, this is an opportune time to refresh the DVIS server environments with the new servers. The HP ML570 G3 meets the following project requirements above and beyond other tested server options: Systems must have a visible diagnostic display indicating system hardware health. Must accept a variety of RAID controllers from low cost/performance to high performance while preserving compatibility of the data on the disks. Systems must use Small Form Factor (SFF) SAS drives. Systems must use common drives and RAID controllers. Embedded NICS must be multifunctional (i.e., provide TCP/IP offload capabilities) CPUs must provide virtual KVM capability to include Power Meter Data Reporting. 1U servers must support up to 6 SAS internal drives; 2U servers must support up to 8 SAS internal drives. Systems must have front video/USB ports. Systems must support redundant hot-plug power supplies with independent power cords that can be plugged into independent power sources. Systems must have an option to support the same disks both internally and externally. 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. CA/CST has selected the HP ProLiant ML570 G3 Server because results obtain by the Bureau?s System Engineering Task Team in tests and reviews of other manufacturers? servers indicated that these most closely met the DoS?s processing, redundancy, and management requirements. The requested servers will be deployed at a DoS facility which has established an environment comprised of HP equipment in the interest of overall cost economy, reliability, and ease of administration. The continued use of HP servers eliminates the need to procure, maintain, and account for spare part inventories for multiple HW manufacturers? server configurations or to manage multiple vendors? yearly support and maintenance agreements. The HP ProLiant ML570 G3 Server has been evaluated and approved by the Bureau of Consular Affairs? Configuration Control Board and has been added to the Consular HW Baseline. The server has undergone test and assessment and received final approval from the Department of State IT Configuration Control Board. BROKE OUT TAPE AUTOLOADER AND RACK KIT FROM SERVER CONFIGURATION.
 
Web Link
www.fedbid.com (b-33906_03, n-4039)
(http://www.fedbid.com)
 
Place of Performance
Address: WILLIAMSBURG , KY 40769
Zip Code: 40769
Country: US
 
Record
SN01155776-W 20060929/060927220411 (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.