Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

D -- Storage Rack Servers

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NLM-07-140-RHW
 
Response Due
7/23/2007
 
Archive Date
8/7/2007
 
Small Business Set-Aside
Total Small Business
 
Description
It is the intent of the National Library of Medicine (NLM) to procure the following items: two Sovereign 4878-TR2 Storage Rack Servers (brand name or equivalent). This is a combined synopsis/solicitation. The proposed acquisition will be procured under FAR Part 12 - Acquisitions of Commercial Items and will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial acquisitions. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The North American Industry Classification System Code is (NAICS) Code is 334111 and the business size standard is 1,000 employees. This requirement is a 100% small business set-aside. Equivalent Specifications: Backup/storage device: running Red Hat Fedora Core Linux which will be attached to the NLM's Division of Specialized Information Services (SIS) network. This will allow direct disk-to-disk copy from remote networked devices as well as on-board processing. -- 2 units with at least 18 TB -- 2 on board Intel Gigabit Ethernet Server adapters -- 2 dual-core processors (AMD or Intel) equivalent to or better than Intel Dual Core Xeon Model 5160 (Woodcrest) 3.0GHz, 1333mhz FSB -- 4GB DDR2-667 ECC FB-DIMM (1 Gbx4) -- 24 Seagate Barracuda ES ST3750640NS, 750 GB 7200 rpm, SATA II, 16MB cache -- 2 3Ware Escalade 9650SE-12ML SATA II PCI-E x 8 RAID controllers, 24-ports -- ASUS SDRW-0806T-D, 8XDVD+-R, 8X DVD+RW, 24X CDRW, 8X DVD, CDROM, external USB 2.0 -- Onboard ATI ES1000 VGA with 32M video ram -- 24 x hotswap HD, 950W 2+1 redundant, hotswap power supply -- Installed Red Hat Fedora Core 6 (64-bit) or later -- System must be rack mountable -- System must have a minimum of 3-year repair warranty for parts and labor. The item(s) offered by the vendor must satisfy the technical requirements listed in the scope of this requirement. Delivery Schedule: The items listed in the scope of this document must be delivered and installed within thirty days from the date of PO award. The desired delivery is two weeks from the date of award. Items delivered shall be new material. Reconditioned/Used Material is not acceptable. Provide FOB point (origin/destination). Delivery must be made to the National Library of Medicine, 38A Loading Dock, 8600 Rockville Pike, Bethesda, Maryland 20894. Maintenance support: Contractor must respond to maintenance request within four (4) hours during normal business hours/days. Once a problem has been diagnosed, Contractor must ship replacement parts within one day. Mandatory Criteria: Repairs must be carried out by the vendor. Repairs by third parties are not acceptable. Evaluation Criteria: Past Performance - Demonstrated experience to respond within four (4) hours of requests and ship replacement parts within one (1) day. Item(s) offered by the vendor must satisfy the technical requirements listed in the scope of this document. Pricing shall reflect any quantity discount. The award will be made on the basis of the best overall value to the Government. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instructions to Offerors-Commercial Items (September 2006). 52.212-3 Offeror Representations and Certifications-Commercial Items (November 2006)-With DUNS Number Addendum [52.204-6 (October 2003)]. 52.212-4 Contract Terms and Conditions-Commercial Items (February 2007). 52.212-4 Addendum to FAR 52,212-4: Year 2000 Warranty-Commercial Supply Items July 1997) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2007). Anticipated award date is around later than July 24, 2007. Closing date and time for receipt of quotations is 1 p.m. on July 23, 2007. QUOTATIONS ARE TO REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSE OF SOLICITATION. Vendors responding to this solicitation may submit their quotation in accordance with their standard commercial practices (e.g. company letterhead, formal quote form, etc.). All quotations must include the following information: (1) Company's name, complete mailing and remittance addresses; (2) discounts for prompt payment, if applicable; (3) Dun & Bradstreet Number; (4) Taxpayer ID number; (5) Business Size Standard; (6) Catalog or Published Price Listing; (7) any minority classification; and (8) Delivery Date. Quotations must meet specifications as noted in the synopsis. Vendors must be registered with the Central Contractor Registration (CCR) system at www.ccr.gov. The Government intends to make an award based on the best overall value to the Government. Sources interested in responding to this notice must submit a response via mail within fifteen (15) business days from the publication date of this notice. NO ELECTRONIC RESPONSES WILL BE ACCEPTED. Inquires regarding this procurement should be addressed to Robin Hope-Williams, Contract Specialist, NLM, via e-mail, only at rhwilli@mail.nih.gov. E-mail subject line should include: NLM Synopsis No. NLM-07-140-RHW.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20894
Country: UNITED STATES
 
Record
SN01335779-W 20070708/070706220313 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.