Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
MODIFICATION

70 -- Blade Servers and Windows Operating System

Notice Date
2/16/2007
 
Notice Type
Modification
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (2TS), 26 Federal Plaza, Room 1809, New York, NY, 10278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
02TR1770006
 
Response Due
2/16/2007
 
Archive Date
3/3/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The General Services Administration?s Federal Acquisition Services solicits your response to the attached RFQ. We invite you to submit a proposal for satisfying the requirements described in this RFQ. Please submit all required information before the specified closing date. Quotes MUST be received NLT 02/16/2007 via email, 5:00pm EDT by Rick Yao at Rick.Yao@gsa.gov. In order to be considered for award, offerors must be registered with IT Solution. Award will only be made through IT Solutions. The website is http://it-solutions.gsa.gov. If vendor registration assistance is needed, please contact the help desk at 877.243.2889. Vendors are encouraged to review the RFQ carefully and submit any questions and comments no later than 5:00PM, Eastern Time, on 02/14/2007. The responses to questions received will be issued shortly thereafter. This acquisition is subject to both the following Defense Federal Acquisition Regulations and Federal Acquisition Regulations: 252.225-7000, Buy American Act--Balance of Payments Program Certificate 225-7002, Qualifying Country Sources as Subcontractors 252.225-7021, Trade Agreements. 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 52.212-2 Evaluation Commercial Items. 52.212-3 Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?s Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: __Price and Delivery Date____. Delivery date and Price, when combined, price is more important than delivery date (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision). Award shall be made based on cost and non cost factors. Price is more important than Delivery date. Section 508 Compliance Statement: The contractor shall indicate for each line item in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. Further, the proposal must indicate where full details of compliance can be found (e.g., vendor's website or other exact location). RFQ ITSS# 02TR1770006 Project Description: (Blade Servers) Servers per Enclosure: 5 full height blades with expansion capability for 8 full height blades. Number of Servers: 20 blade servers 5 per enclosure. Enclosure interconnect bays: Flexible (8 bays to provide connections to 8 unique fabrics) with built-in redundancy possible. Minimum Memory: 4DIMMs/8GB per Server. Minimum Internal Storage: 2 hot-plug drives, each minimum 72Gb 10K (SFF, SAS/SATA) per server. RAID: Integrated RAID 0/1/5 controller with battery backed cache (256 Mb minimum). Network Interface: 4 integrated NICs per server blade. Cooling: Hot-Swapable, scalable, fully-redundant. Power: Hot-Swapable, scalable, fully-redundant. Interconnects (internal): must support 10 Gigabit Ethernet, 4 Gb Fiber Channel, 20Gb Infiniband. Also must support Cisco, Brocade, Mellanox, Emulex, Qlogic, and Blade Network Technology. Fiber channel must support interconnects to Clarion SAN. Warranty: 3 year parts, 3 year labor, 3 year on-site support. CPUs/Blade: 2 Dual Core Intel Xeon (3.00 GHz, 1333 FSB). Number of Enclosures: 4 (each enclosure in a separate rack). Enclosure UPS: 2 per enclosure. Display: Flat panel LCD rack mounted, 1 per rack. KVM: 1 per rack. Racks: 4. PDU: 2 per rack. Diagnostic Enabled: Each rack to monitor server status and issue reports. Operating System: WIN Server Enterprise 2003 with Media - 10 licenses. (Please note: This procurement is a Service-Disabled Veteran-Owned Small Business Set-Aside. In the event no acceptable quotes are received by the Government, this procurement will be converted to a full and open market solicitation). For additional information concerning this RFQ or to request both RFQ specification and Section 508 form in Microsoft word format, please contact Rick.Yao@gsa.gov at 212-264-8345.Amendment 01 is hereby issued to disclose questions and answers submitted by prospective vendors: Q1. Do you want server enterprise on each system with a total of 50 user lic or 10 per enclosure? A1. We are asking for 10 Microsoft Windows Server 2003 licenses to go with the 10 that we already have. These 10 additional licenses combined with the 10 existing licenses will cover the 20 blade servers in this procurement. Q2. Could you please clarify on the I/O connections required for the blades? In the requirement lists, it states: Interconnects (internal): must support 10 Gigabit Ethernet, 4 Gb Fiber Channel, 20Gb Infiniband. Also must support Cisco, Brocade, Mellanox, Emulex, Qlogic, and Blade Network Technology. Fiber channel must support interconnects to Clarion SAN. Are infiniband switching, SAN and ethernet switching required separately in one chassis? Note that with infiniband protocol, one I/O protocol can carry both networking and storage (ethernet and SAN) data, all in the same channel. Moreover, infiniband are usually used with HPC (High Performance Computing) environment, is the customer operating under such an environment? A2. At present we do not have the environment in question but with the new servers we could upgrade our services. We are also looking for redundancy for both ethernet and fiber and infiniband could be utilized for that. Q3. Does the server need to be single phase or 3-phase? What type or network will these be used on? A3. The power to the area is single phase and we request redundant power for the racks. This will be used in a windows network environment.
 
Place of Performance
Address: ATTN: Beat Niederoest,, Department of the Navy,, CR547 LKE NAES, Lakehurst, NJ, 08733-5060,
Zip Code: 08733
Country: UNITED STATES
 
Record
SN01234251-W 20070218/070216223416 (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.