Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
MODIFICATION

70 -- HP SERVERS (GSA SCHEDULE ONLY)

Notice Date
1/8/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-731837
 
Response Due
1/9/2007
 
Archive Date
7/8/2007
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: This is a sources sought notice, which constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-731837 and is issued as a request for quotation (RFQ). If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this sources sought notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 36073_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-01-09 14:30:00.0 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, Hewlett Packard Integrated Lights Out Advance Pack; Part Number 263825-B21, 3, EA; LI 002, Server Configuration 1a ? Part Number BDL380G5-4-8-SSC1a Hewlett Packard DL380 G5 72GB(x2)/8MB Server to include the following: *418315-001 (1-each) HP DL380G5 Chassis (1-each) 2 x Dual Core Xeon 5160 Processor (1-each) 2 x 4MB L2 Cache (1-each) 8GB Fully Buffered DIM PC2-5300, 8 x 1GB (1-each) Integrated Smart Array P400/512 PCIe Controller (1-each) Slim Line DVD-ROM Drive (8x/24x) (1-each) Embedded NC373i Multi-function Gigabit Network Adapter (1-each) HP Redundant Fan Option Kit (1-each) Hot Plug Redundant Power Supply Module *367047-B21 (1-each) NC320T PCI Express Gigabit Server Adapter *375861-B21 (2-each) HP 72GB Hot Plug Hard Drive, 1, EA; LI 003, Server Configuration 2 ? Part Number BDL380G5-4-4-SSC2 Hewlett Packard DL380G5 72GB(x2)/4MB Server to include the following: *418315-001 (1-each) HP DL380G5 Chassis (1-each) 2 x Dual Core Xeon 5160 Processor (1-each) 2 x 4MB L2 Cache (1-each) 4GB Fully Buffered DIM PC2-5300, 4 x 1GB (1-each) Integrated Smart Array P400/512 PCIe Controller (1-each) Slim Line DVD-ROM Drive (8x/24x) (1-each) Embedded NC373i Multi-function Gigabit Network Adapter (1-each) HP Redundant Fan Option Kit (1-each) Hot Plug Redundant Power Supply Module *367047-B21 (1-each) NC320T PCI Express Gigabit Server Adapter *375861-B21 (2-each) HP 72GB Hot Plug Hard Drive, 4, EA; LI 004, Server Configuration 2a ? Part Number BDL380G5-4-8-SSC2a Hewlett Packard DL380G5 72GB(x2)/146x4)/8MB Server to include the following: *418315-001 (1-each) HP DL380G5 Chassis (1-each) 2 x Dual Core Xeon 5160 Processor (1-each) 2 x 4MB L2 Cache (1-each) 8GB Fully Buffered DIM PC2-5300, 8 x 1GB (1-each) Integrated Smart Array P400/512 PCIe Controller (1-each) Slim Line DVD-ROM Drive (8x/24x) (1-each) Embedded NC373i Multi-function Gigabit Network Adapter (1-each) HP Redundant Fan Option Kit (1-each) Hot Plug Redundant Power Supply Module *367047-B21 (1-each) NC320T PCI Express Gigabit Server Adapter *375861-B21 (2-each) HP 72GB Hot Plug Hard Drive *431958-B21 (4-each) HP 146GB Hot Plug Hard Drive, 4, EA; LI 005, Server Configuration 3 ? Part Number BDL580G4-2-8-SSC3 Hewlett Packard DL580G4 72GB/16GB Server to include the following: *403413-001 (1-each) HP DL580 Chassis (1-each) 2 x Dual Core Xeon 7040 Processor (2-each) Additional Memory Board (1-each) 4GB Total REG PC2-3200 (4x1GB across two boards) (1-each) Slim Line DVD-ROM Drive (8x / 24x) (1-each) HP Dual Embedded NC37i Multi-function Gigabit Network Adapter (1-each) HP 910/1200W Power Supply (1-each) HP 910/1300W Hot Plug Redundant Power Supply (IEC) (1-each) Integrated Lights Out 2 Standard Management *404752-B21 (2-each) HP x7041 560/580 G4 DC Kit (Processor) *410061-B21 (3-each) HP DL580 G4 Memory Expansion Board *343057-B21 (3-each) HP 4GB Reg PC2-3200 (2 x 2GB) *367047-B21 (1-each) HP NC320T PCI Express Gigabit Server Adapter *375861-B21 (2-each) HP 72GB Hot Plug Hard Drive, 14, EA; LI 006, HP Universal Rack 10642 G2 Shock Rack; Part Number AF002A, 8, EA; LI 007, HP INTEGRATED TFT7600 DISPLAY #: AG052A, 8, EA; LI 008, Raritan KVM Master Console IP116 Bundle: Part Number PCIP116-PAC, 8, EA; LI 009, Hp 24A Model Moddular Power Distribution Unit 24A High Voltage; Part Number 252663-D72, 16, EA; LI 010, HP ProCurve Swithc 1800-24G 24-port Gigabit Switch; Part Number J9028A#ABA, 8, EA; LI 011, HP 72GB 3G Plug SAS 10K SFF Hard Drive; Part Number 375861-B1, 80, EA; LI 012, Server Configuration 1 ? Part Number BDL380G5-4-4-SSC1 Hewlett Packard DL380G5 72GB(x5)/4MB Server to include the following: *418315-001 (1-each) HP DL380G5 Chassis (1-each) 2 x Dual Core Xeon 5160 Processor (1-each) 2 x 4MB L2 Cache (1-each) 4GB Fully Buffered DIM PC2-5300, 4 x 1GB (1-each) Integrated Smart Array P400/512 PCIe Controller (1-each) Slim Line DVD-ROM Drive (8x/24x) (1-each) Embedded NC373i Multi-function Gigabit Network Adapter (1-each) HP Redundant Fan Option Kit (1-each) Hot Plug Redundant Power Supply Module *367047-B21 (1-each) NC320T PCI Express Gigabit Server Adapter *375861-B21 (5-each) HP 72GB Hot Plug Hard Drive, 20, EA; LI 013, eScore Vendor Configuration Worksheet for the following items must be received: Line Item 2: Server Configuration 1a ? Part Number BDL380G5-4-8-SSC1a Line Item 3: Server Configuration 2 ? Part Number BDL380G5-4-4-SSC2 Line Item 4: Server Configuration 2a ? Part Number BDL380G5-4-8-SSC2a Line Item 5: Server Configuration 3 ? Part Number BDL580G4-2-8-SSC3 Line Item 7: Serial Numbers for the HP TFT7600 Display Line Item 8: Serial Numbers for the Raritan Switch Line Item 10: Serial Numbers for the ProCurve Switch Line Item 11: Serial Numbers for the HP 72GB Hard Drives Line Item 12: Server Configuration 1 ? Part Number BDL380G5-4-4-SSC1 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. The E-Score Master may be obtained by calling Dawn Cavallo at 703-970-2117. Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred., 1, LOT; LI 014, 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, 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 Sellers require additional clarification, contact FedBid 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. 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 CONUS 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 Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. NEW ONLY. NO REFURBISHED. NO RECONDITIONED ITEMS ARE ACCEPTABLE. SHIPPING INSTRUCTIONS Shipping hours are 7:00 AM - 3:00 PM, Monday thru Wednesday Driver must call Dan Gardner (703-929-9674) or Devon Martin 571-438-4173 for Dock Appointment prior to delivery of shipment. Shipments without Dock appointments will be refused at the door. The Purchase Order number must be clearly written on each box. A packing slip must be included with every shipment. 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. *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. 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. E) MUST BID HP BRAND, PER PART # ONLY. NO COMPATIBLES, NO SUBSTITUTIONS, NO LIKE MFR ITEMS PERMITTED. 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. The E-Score Master may be obtained by calling Kalvin Paddyfote at (703-970-2132) or Dawn Cavallo at (703-970-2117). Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred. Description of Items: The IRM/SMART Program recommends a brand name procurement of the following equipment: Part Number Description *BDL380G5-4-4-SSC1 SMART Configured HP DL380 4MB Server *BDL380G5-4-8-SSC1a SMART Configured HP DL380 8MB Server *BDL380G5-4-4-SSC2 SMART Configured HP DL380 4MB Server BDL380G5-4-8-*SSC2a SMART Configured HP DL380 8MB Server *BDL580G4-2-8-SSC3 SMART Configured HP DL580 Server *AF002A/Af054A HP Universal Rack 10642 G2 Shock Rack *AG052A HP Integrated TFT7600 Display *MCIP-116-PAC Raritan KVM Master Console IP116 Bundle *252663-D72 HP 24A High Voltage US/JP Module Power Distribution Unit *J9028A#ABA HP Pro Curve Switch 1800-24G 24-port Gigabit Switch *375861-B21 HP 72GB 3G Plug SAS 10K SFF Hard Drive To ensure compatibility with existing hardware and software in the field, the SMART servers must be HP DL380 G5 and HP 580 G4 servers and related equipment, and provided by a Hewlett Packard reseller. The Hewlett Packard DL380 G5 and Hewlett Packard DL580 G4 SMART servers, along with these other components have been identified as key component of the Department?s SMART server infrastructure. IRM ITCCB approved the use of these Hewlett Packard Servers for unclassified and classified networks. These servers were tested by the Department for hardware and software compatibility. These specific servers provide integrated management functions with existing equipment maximizing our return on training investment for support personnel. In addition, the various anticipated Operations and Maintenance owners of SMART deployed technologies utilize similar equipment at this time. As the SMART program exists for a finite duration, the program seeks to minimize the burden placed on existing O&M organizations by using similar technologies as those already deployed. Furthermore, these setups are matched to specific configuration needs in the DoS that recur on a regular basis making them virtually interchangeable and simplifying our spare part logistic needs. Finally, standardization preserves our ability to more easily expand with newer server models from the same manufacturer and achieve economies of scale, particularly in test and development environments, with lower overall cost. The Hewlett Packard DL380 G5 Servers, Hewlett Packard DL580 G4 Servers, and related infrastructure equipment described in paragraph (2) have been identified as key components of the Department?s SMART server infrastructure which will provide Command and Control message handling, collaboration, Archive and Records Management functions for the Department of State. The Hewlett Packard DL380 G5 and Hewlett Packard DL580 G4 servers 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. 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.After extensive testing, the HP servers were the only servers found to be compatible with the Departments existing hardware and software. HP CTO FACTORY BUILT CONFIGURATIONS ARE ACCEPTABLE ALL SERVER CONFIGURATIONS MUST BE FULLY INTEGRATED PRIOR TO SHIPMENT REPOSTED TO INCLUDE TERMS: 1) CTO ACCEPBABLE 2) ALL SERVER COMPONENTS MUST BE INTEGRATED COMPLETELY PRIOR TO SHIPMENT AND DELIVERY.
 
Web Link
www.fedbid.com (b-36073_02, n-4897)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01207142-W 20070110/070108220301 (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.