Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
MODIFICATION

99 -- BlueArc Titan hardware and software

Notice Date
5/8/2007
 
Notice Type
Modification
 
Contracting Office
Dfdsfsdf, Ddfdf, MD 20899
 
ZIP Code
20899
 
Solicitation Number
SB1341-07-RQ-0196A
 
Response Due
5/14/2007
 
Archive Date
11/10/2007
 
Small Business Set-Aside
8a Competitive
 
Description
CANCELLATION 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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is SB1341-07-RQ-0196A and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 0 with a small business size standard of employees. This requirement is a [ 8a Competitive ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-05-14 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Gaithersburg, MD 20899 The National Institute of Standards and Technology requires the following items, Brand Name or Equal, to the following: LI 001, Good and Services for Line Items 1 - 25 MUST be Delivered to the Gaithersburg, Maryland Site. Titan Storage System Upgrade 1 Consisting of the following components: Ethernet Cable - 2m - RJ45, 2, EA; LI 002, F14C Storage Controller Kit, 1, EA; LI 003, FC14 Disk Drive Module - 146GB 10k rpm, 3, EA; LI 004, FC14ES Storage Expansion Kit, 2, EA; LI 005, FC Cable - 0.5m - Multimode Fiber Optice LC Quantity: 2, 4, Packs; LI 006, Power Cable Dual "Y", Quantity: 4, 2, Packs; LI 007, Power Cable - 208/220V, 2m, 2, EA; LI 008, 12 Months Premium BlueArc Support for upgrade 1, 1, LT; LI 009, Ethernet Cable - 2m RJ45, 2, EA; LI 010, FC14C Storage Controller Kit, 1, EA; LI 011, FC14ES Storage Expansion Kit, 2, EA; LI 012, SA14SI Storage Expansion Kit, 2, EA; LI 013, FC14 Disk Drive Module - 146GB 10k rpm, 3, EA; LI 014, SA14 Disk Drive Module - 400GB 7.2k rpm, 2, EA; LI 015, FC Cable - 2m Multimode Fiber Optic LC, 2, EA; LI 016, SFP - Multimode Fiber - 2Gbps, 20, EA; LI 017, FC Cable - 0.5m Multimode Fiber Optic LC, 8, EA; LI 018, Power Cable Dual "Y" - 208/220V, 2m, 4, EA; LI 019, Power Cable - 208/220V, 2m, 2, EA; LI 020, 12 Months Premium BlueArc Support for upgrade 2, 1, Lot; LI 021, Storage Consulting Services - priced per hour, 16, EA; LI 022, Installation included, 1, EA; LI 023, Brocade 16pENTP 2G Switches w/EXT Fabric and Red Pwr, 4, EA; LI 024, 12 Months Support for Brocade Switch,5X9 Next Business Day On-Site Support - Hot Spare, 4, EA; LI 025, Goods and Services for Line Items 26 - 39 MUST be delivered to the Boulder, CO Site. Titan Storage Update consisting of the following components: Ethernet Cable - 2m - RJ45, 2, EA; LI 026, DS16EXP Storage Expansion Kit, 2, EA; LI 027, RC16 Disk Drive Module - FC 300GB 10k rpm, 3, EA; LI 028, RC16TB Storage Controller Kit, 1, EA; LI 029, FC Cable - 0.5m - Multimode Fiber Optic LC, 4, EA; LI 030, FC Cable - 1m - Multimode Fiber Optic LC, 2, EA; LI 031, Power Cable Dual "Y", 2, EA; LI 032, Serial Cable - 2m (6ft) RS232 DE9-Mini Din6, 1, EA; LI 033, Power Cable Dual 208/220v, 2, EA; LI 034, 12 Months Premium Support for Boulder upgrade, 1, LT; LI 035, Travel Expenses Quantity: 1 Day-, 1, LT; LI 036, Installation- Please specify details., 1, LT; For this solicitation, National Institute of Standards and Technology 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Institute of Standards and Technology is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors 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. 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 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 offerors require additional clarification, contact Myrsonia Lutz at myrsonia.diaz@nist.gov or 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide required, NON-PRICING responses (e.g. technical proposal, representations and certifications) directly to Myrsonia.Lutz@nist.gov so that they are received at that email address no later than the closing date and time for this solicitation. The following clauses will be included in the resultant purchase order. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Each 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; 52.212-5, Contract Terms and Conditions Required to Implement Commercial Items will apply: The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disable Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-5, Trade Agreements; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronics Funds Transfer; 52.219-14, Limitations on Subcontracting; 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns; 52-219-6, Notice of Total Small Business Set-Aside. Delivery shall be F.O.B. Destination. 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. Required Submissions: Vendors MUST EMAIL (before or by the exact Time/Date of the completion of this Auction) the following to clientservices@fedbid.com 1)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. 2) Warranty and/or Technical Support Information is required. 3) Estimated Delivery Date. 4) GSA Published Price List of the required line items is required. 5) Section 508 Compliant Certificate is required. Each Offeror MUST submit a (1)A completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disable Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-3(a) Buy American Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronics Funds Transfer If this is an electronic and Information Technology (IT) item, it must meet all or part of the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194; in other words, it must be Section 508 compliant. See information concerning 508 at the NIST webpage and http://www.section508.gov/. Must review and comply with the attachment on WWW.FEDBID.COM Named NIST LOCAL & SECURITYCLAUSES.doc Evaluation Factors for Award: Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Delivery terms; (3) Past performance information for the Offeror; (4) Duration and nature of warranty offered; (5) Ease of obtaining timely warranty service for Item Number 0001, 0010, and 0027; (6) Availability of spare/replacement parts; and (7) Evaluated price. Non-price evaluation factors are equally important, and non-price evaluation factors, collectively, are significantly more important than evaluated price. Past Performance Evaluation of quality of service will be based on references from previous businesses or agencies to which similar services have been provided within the last three years. The Offeror must provide at least three (3) past performance references for SIMILAR contracts/orders completed within the past 3 years, to include the name of the customer organization, a named point of contact in the organization that is familiar with the contract/order from technical or contractual standpoint, their phone number, their email addresses, their fax number, a brief technical description of what was sold to them and the date it was sold to them. Evaluation Factors for Award: Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Delivery terms; (3) Past performance information for the Offeror; (4) Duration and nature of warranty offered; (7) Evaluated price. Non-price evaluation factors are equally important, and non-price evaluation factors, collectively, are approximately equally important to evaluated price. Brand Name Justification: This procurement of the Nokia appliances will provide seamless integration with the existing infrastructure and accomodate the NIST planned expasion to gigabit networks. Vendor must quote on (1 year support contract effective upon delivery) Even if part numbers relate by month the government is looking for a year contract.
 
Web Link
www.fedbid.com (b-39796_09, n-5872)
(http://www.fedbid.com)
 
Place of Performance
Address: Gaithersburg, MD 20899
Zip Code: 20899-0001
Country: US
 
Record
SN01289474-W 20070510/070508220259 (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.