Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2006 FBO #1770
MODIFICATION

70 -- Tape Backup

Notice Date
9/29/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1751-6A0404
 
Response Due
9/30/2006
 
Archive Date
3/29/2007
 
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 1751-6A0404 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 Saturday, September 30, 2006 at 10:00:00 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, SnapVault WIN-Filer Per Node SW-F-SV-WIN-ND, 5, EA; LI 002, SnapVault WIN-Filer Total Node SW-F-SV-WIN-ND-TL, 5, EA; LI 003, SupportEdge Premium, 7x24, 4hhr Onsite CS-O-4HR, 1, EA; LI 004, Training Units 50, Exp.1yr from invoice ED-TU-50, 1, EA; LI 005, FAS250, RKMNT, Base Appliance, REVB, -C, R5 FAS250RK-BASE-B-R5-C, 1, EA; LI 006, CIFS Software, T1-C, SW-T1-CIFS-C, 1, EA; LI 007, iSCSI Software, T1-C, SW-T1-iSCSI-C, 1, EA; LI 008, SnapVault Secondary Software SW-T1-SVS-C, 1, EA; LI 009, SnapRestore Software, T1-C, SW-T1-SRESTORE-C , 1, EA; LI 010, 144GB, 10K RPM, Universal FC Dsk DR, -C, R5 X274B-R5-C, 14, EA; LI 011, Power Cable North America -C R6, X800E-R6-C, 2, EA; LI 012, Documents, 250, -C DOC-250-C, 1, EA; LI 013, SupportEdge Premium 7x24 4hr Onsite CS-O-4HR, 1, EA; LI 014, Spoctra T50, LTO-3 (FC) Full-Height Fibre Channel 1 Drive, 10 Slots, RLC, Barcode Scanner T50-3-F-F-1-10, 1, EA; LI 015, 3 Years of Spectra T50 Warranty Service-3 yrs next business day replacement (36 months of package updates) 90970516, 1, EA; LI 016, T50 LTO-3 Cert. Meida Pack (10pc) 90979421, 1, EA; LI 017, T50 Rack Mount Rail Kit 90979001, 1, EA; LI 018, Shipping insurance SHIPINS, 1, EA; LI 019, 12 Media Slot Support Upgrade 30020-000, 1, EA; LI 020, WorkGroup for Windows Server 2003 100020-103, 1, EA; LI 021, Tier-B NAS NDMP Server License for Windows 2003 700020-103, 1, EA; LI 022, SnapVault Backup Manager for Windows 2003 700070-103, 1, EA; LI 023, SnapVault Open Systems Client Connection 700080-000, 5, EA; LI 024, One Year Product Upgrades & Support Contract 24x7 Option 900020-000, 1, EA; LI 025, Management Reporting Tools MT-5533, 1, EA; LI 026, F810 trade-in TRD-IN-LV3, 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 Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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 FOB DESTINATION CONUS *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. ADDED BRAND NAME JUSTIFICATION This Justification and Approval (J&A) on a brand name only basis is for the use of the operating system, training, and software for equipment that OES/EX/IMD already owns. In addition, the use of these components is essential to the bureau?s automated information systems (AIS) requirements, for standardization of computing capabilities, cost reductions, maintenance and repairs, and compatibility with current network infrastructure configurations, thereby precluding consideration of the products of another company. OES/EX/IMD has identified the above items as a key component of the bureaus automated information system. Equipment listed above is required to provide standardized computing capabilities to our existing bureau agencies, offices and satellite organizations. Standardizing our enterprise network infrastructure personal computing capabilities is essential to continue business operationsThe 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority.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 bureau?s requirements as a key component of the bureaus automated information systems.The items mentioned above have undergone test and assessment, evaluation for IMD deployments and received final approval from the bureaus local IT Configuration Control Board.
 
Web Link
www.fedbid.com (b-34450_02, n-4285)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01158065-W 20061001/060929220329 (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.