Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
MODIFICATION

70 -- QUANTUM TAPE LIBRARY & ACCESSORIES

Notice Date
8/6/2007
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1025731023
 
Response Due
8/7/2007
 
Archive Date
2/3/2008
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1025731023. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 43532_03. 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 2007-08-07 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20522 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Quantum Scalar i2000 - tape library Tape library - slots: 200 - max drives: 12 - external MFG#: LSC2K-BL00-002A, 1, EA; LI 002, QUANTUM SCALAR i2000 4GB IBM LTO-4 TAPE DRIVE MODULE 4GB STORAGE NETWORKING MFG#: LSC2K-ATDT-L4B4, 8, EA; LI 003, Quantum LTO Ultrium x 1 - 800 GB - storage media LTO Ultrium 4 - 800 GB / 1.6 TB - green - storage media MFG#: MR-L4MQN-01, 200, EA; LI 004, Quantum LTO Ultrium x 1 - 800 GB - storage media LTO Ultrium 4 - 800 GB / 1.6 TB - green - storage media MFG#: MR-L4MQN-01, 4, EA; LI 005, QUANTUM FIBRE CHANNEL INTERFACE CABLE , ADIC network cable - 98 ft Network cable - LC multi-mode (M) - LC multi-mode (M) - 98 ft - fiber optic - 50 / 125 micron MFG#: 3-03893-03, 4, EA; LI 006, QUANTUM SCALAR I2000 INSTALL ZONE 1 MFG#: SSC2K-NS00-0001, 1, EA; LI 007, QUANTUM LIBRARY PRODUCT, SYSTEM INTEGRATION SERVICE SMALL PACKAGE, ZONE 1 MFG #: SLBBB-NSNS-PE01 , 1, EA; LI 008, Quantum StorageCare Gold Support Plan Zone 1 - extended service agreement - Extended service agreement - parts and labor ( for tape library with 100 cartridge slots ) - 1 year - on-site - 24x7 - 4 h MFG#: SSC2K-LS01-GL11, 3, EA; LI 009, Quantum StorageCare Gold Support Plan Zone 1 - extended service agreement - Extended service agreement - parts and labor - 1 year - on-site - 24x7 - 4 h - 100 slots (COD model) MFG#: SSCBB-LS01-GL11, 3, EA; LI 010, Quantum StorageCare Gold Support Plan Zone 1 - extended service agreement - Extended service agreement - parts and labor - 1 year - on-site - 24x7 - 4 h MFG#: SLBBN-LTDX-GL11, 24, 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission 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 The vendor may not substitute any item listed on this order with out prior, written approval from the USDOS Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specification of this RFQ. Items that do not confirm to descriptions and part numbers found in this RFQ will be rejec 0044 ted at the time of delivery causing a return at the vendors expense. 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 A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. HR/EX has identified Quantum Scalar i20000 LTO Library as a key component for HR?s backup and recovery support. Quantum equipment is required to provide a configuration compatible with existing Bureau of Human Resources enterprise server and storage area network and backup tools that are common to the Brand Name in support of Brocade fiber switches, Symantec NetBackup and EMC DMX storage arrays. These are essential components within the existing HR infrastructure and support all Integrated Personnel Management Systems. 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 most cost effective means to meet HR backup and recovery requirement.
 
Web Link
www.fedbid.com (b-43532_03, n-6869)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20522
Zip Code: 20522
Country: US
 
Record
SN01363118-W 20070808/070806220555 (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.