Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
MODIFICATION

70 -- SERVER EQUIPMENT, DELL OR EQUIVALENT

Notice Date
3/27/2007
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Myer Drive, Rosslyn, VA 21999
 
ZIP Code
21999
 
Solicitation Number
2019-755501-M001
 
Response Due
3/30/2007
 
Archive Date
9/26/2007
 
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 2019-755501-M001 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. 38165_01. 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 2007-03-30 12:00:00.0 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, Brand Name or Equal, to the following: LI 001, Dell PowerEdge 6850 (or the equivalent). (This brand named item would be preferable because it is currently on the Bureau of Consular Affairs CCB baseline and has been proven to support Diplomatic Security configuration guidelines and approved operation systems.) (4x dual core 3.4 GHz Xeon (or the equivalent) 7140M ) (8 cores) minimum Memory: 16 GB Disk: 2 x 72 GB 15 K RPM U320 disk drives for OS, swap and program space configured as RAID 1. Allow 715 GB for SAS (or equivalent) workspace The SAN must be configured to support up to 400 MB/sec. This will require approximately 40 x 15 K RPM U320 disk drives. Storage Area Network: A minimum of 4 x 2 Gb/s FC adapters Operating System: Windows Server 2003, Enterprise Edition (or the equivalent), 1, EA; LI 002, Dell PowerEdge 6850 (or the equivalent) (2x dual core 3.4 GHz Xeon (or the equivalent) 7140M) (4 cores) minimum Memory: 8 GB Disk: 2 x 72 GB 15 K RPM U320 disk drives for OS, swap and program space configured as RAID 1. Storage Area Network: Interconnect speed 2 Gb/s Operating System: Windows Server 2003, Enterprise Edition (or the equivalent), 1, EA; LI 003, Dell PowerEdge 1950 (or the equivalent) (1x dual core 2.3 GHz Xeon (or the equivalent) 5148) (2 cores) minimum Memory: 4 GB Disk: 2 x 72 GB 15 K RPM U320 disk drives for OS, swap and program space configured as RAID 1. Operating System: Windows Server 2003, Enterprise Edition (or the equivalent), 1, 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. 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. FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov **TO HAVE A BID CONSIDERED FOR AWARD ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION.
 
Web Link
www.fedbid.com (b-38165_01, n-5415)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01259829-W 20070329/070327220418 (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.