Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

70 -- XEON PROCESSOR

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Fort Myer Drive, Rosslyn, VA 21999
 
ZIP Code
21999
 
Solicitation Number
1025731026
 
Response Due
8/14/2007
 
Archive Date
2/10/2008
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1025731026. 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. 44878_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 2007-08-14 15:00:00.0 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, Exact Match Only, to the following: LI 001, BASE UNIT QUAD CORE XEON PROCESSOR X53552X4MB, 15, 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 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 IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. 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. or purposes of standardizing the infrastructure components of the HR system it is necessary for this equipment to be the Dell brand name. Human Resources strive to maintain a single point of accountability, with common network and systems management tools compatible with current equipment. The existing IT infrastructure has been developed utilizing an architecture based on a Dell sourced platform. To promote an overall lower Total Cost of Ownership, this procurement should be considered incremental to the existing infrastructure. Utilizing Dell for these additional enterprise products and services will provide continuity and single point of contact responsibility for the overall infrastructure. Having Dell as the single vendor for the entire enterprise mix of servers and storage products, including software, provides a clear escalation path and resolution of all issues to maintain critical systems. For purposes of standardizing the infrastructure components of the HR system it is necessary for this equipment to be the Dell brand name. ? Dell provides common images and components with its servers platforms ? helping to simplify management and cut costs. Dell has spent the last decade building commonality into the server family with the specific goal of simplifying management and maintenance, while reducing cost and complexity. ? ImageWatch? ? Dell provides a road map of upcoming software changes, allowing HR to better plan updates. ? Block updates ? By delivering scheduled changes, Dell can help minimize the number of updates HR makes each year. ? Image commonality ? By reducing the number of overall images in the Dell PowerEdge server line, Dell has reduced the time required for image maintenance. ? Component commonality ? The Dell PowerEdge Server Family share common components (memory, hard drives, management cards and more), which help improve efficiency during build and servicing. ? Management commonality ? Dell PowerEdge Servers are managed through a common interface to help maximize efficiency and streamline management. Dell OpenManage is provided with ALL Dell systems at no extra cost. OpenManage provides one management interface for hardware, software, and operating systems. ? Dell tracks configurations of every product down to the component level, which allows Dell to quickly and easily analyze product performance and take corrective action when needed. ? Dell provides investment protection when migrating to future Blade Server architectures (ie, going from PowerEdge 1855 to PowerEdge 1955). ? Dell advocates use of industry-standard resource management software where competitors are proprietary (customer lock-in) and expensive. ? Human Resources strive to maintain a single point of accountability, with common network and systems management tools compatible with current equipment. The existing IT infrastructure has been developed utilizing an architecture based on a Dell sourced platform. To promote an overall lower Total Cost of Ownership, this procurement should be considered incremental to the existing infrastructure. Utilizing Dell for these additional enterprise products and services will provide continuity and single point of contact responsibility for the overall infrastructure. ? Having Dell as the single vendor for the entire enterprise mix of servers and storage products, including software, provides a clear escalation path and resolution of all issues to maintain critical systems. ? Dell Systems Management provides a single tool to manage and monitor the entire enterprise of servers and storage products.
 
Web Link
www.fedbid.com (b-44878_01, n-7061)
(http://www.fedbid.com)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01368811-W 20070812/070810220935 (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.