Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

70 -- HP Equipment

Notice Date
9/7/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019732408
 
Response Due
9/11/2007
 
Archive Date
3/9/2008
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019732408. 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. 48935_05. 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 2007-09-11 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, ADP COMPONENTS - HP TFT7600 Rackmount Keyboard and Monitor AG052A - Line Item Comments: COTS SERVER CONSOLE (INTEGRATED KVM): 1. Integrated 15-inch LCD active TFT LCD flat panel display 2. 1024x768 resolution 3. Integrated mouse with buttons available below the mouse 4. Integrated Standard 101/102-key keyboard 5. Ability to switch between connections from the server console using a key on the server console keyboard 6. Maximum 1 RU 7. 3-year world-wide warranty covering all parts & labor., 33, EA; LI 002, HP 8PT KVM Srv Console Switch 1x8 336044-B21 - Line Item Comments: COTS SERVER CONSOLE SWITCH (KVM SWITCH): 1. 8-port keyboard, video, and mouse (KVM) server console switch 2. (8) 6?? keyboard/mouse/video cables 3. Keyboard and mouse, PS/2 interface 4. Must support PS/2 and USB interface adapters 5. Maximum 1 RU 6. Rack mountable behind the server console 7. Other cable length available as an option 8. 3-year world-wide warranty covering all parts and labor., 12, EA; LI 003, ADP COMPONENTS - HP KVM Interface Adapters 8PK 262587-B21, 19, PG; LI 004, ADP COMPONENTS - HP 8PK Cat5 Patch Cable 6FT 263474-B22, 26, PG; LI 005, ADP COMPONENTS - HP DL360 G5 GITM CONFIGURED INTEGRATED SERVER B399524B21(MODIFIED) 1 EA-399524-B21 HPDL360R05 4M MODX CTO SERVER 1 EA-399524B21#ABA US ENGLISH LOCALIZATION 1 EA-416573L21 HP X5140 DL360G5 FIO KIT 1 EA-416573B21 HP X5140 DL360G5 KIT 1 EA-397413B 21 HP4GB FBD PC25300 2X2GB KIT 4 EA-375861B21 HP 72GB 10K SAS 2. 5 HD 1 EA-331903B21 HP SLIM 24X CARBON COMBO DRIVE 1 EA-413741B21 HP P400I FIO CONTROLLER 1 EA-405139B21 HP SA P400 FIO 256MB CACHE 1 EA-383280B21 HP SA CACHE BATTERY KIT 1 EA-399546B21 HP DL36XINT MINI SAS 13 3/8" CABLE 1 EA-399542B21 HP DL36X HOT PLUG PFC KIT 1 EA-H4396A NO ADDITIONAL COST 2 EA-227099001 HP PORLIANT US 12 FOOT POWER CORD, 225, EA; LI 006, FREIGHT, 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. 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 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 Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. NEW ONLY. NO REFURBISHED. NO RECONDITIONED ITEMS ARE ACCEPTABLE. 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. (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 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. At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received PRIOR to d elivery of equipment. Failure to deliver the spreadsheet PRIOR to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. The E-Score Master may be obtained by calling Dawn Cavallo at (703-970-2117) . Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred. Shipping hours are 7:00 AM ?? 3:00 PM, Monday thru Wednesday Driver must call Dan Gardner (703-929-9674) for Dock Appointment prior to delivery of shipment. Shipments without Dock appointments will be refused at the door. The P urchase Order number must be clearly written on each box. A packing slip must be included with every shipment. Shipping Address: U.S. Department of State c/o ManTech 8020 Grainger Ct., Springfield, VA 22153 Pallets must not exceed 60-inches in height. Wrapped pallet dimensions: 40x48x60 All pallets should be clearly labeled with the purchase order number. Pallets must be wood, with standard 3 stringer construction, with 4-way entry. Pallet size should be 40" X 48" with 48" being the stringer length. The GITM Program recommends a brand name procurement of the following equipment: Part Number Description AG052A Hewlett Packard TFT7600 Display 336044-B21 Hewlett Packard KVM Switch 262587-B21 Hewlett Packard KVM Interface Adapters (8-pack) 263474-B22 Hewlett Packard 6-foot KVM Cable (8-pack) 375861-B21 Hewlett Packard 72GB SAS 10K SFF Hard Drive 416562-001 Fully Configured & Integrated DL360G5 server to include: 399524-B21 HP DL360R05 4M ModX CTO Server 399524-B21#ABA U.S. - English localization 416573-L21 HP X5140 DL360G5 FIO Kit 416573-B21 HP X5140 DL360G5 Kit 397413-B21 HP 4GB FBD PC2-5300 2x2GB Kit 375861-B21 HP 72GB 10K SAS 2.5 Hard Drive 331903-B21 HP Slim 24X Carbon Combo Drive 413741-B21 HP P400i FIO Controller 405139-B21 HP SA P400 FIO 256MB Cache 383280-B21 HP SA Cache Battery Kit 399546-B21 HP DL36X Int. Mini-SAS 13 3/8" Cable 399542-B21 HP DL36X Hot Plug PFC Kit H4396A No Additional Support 227099-001 HP ProLiant US 12-foot Power Cord The equipment listed above have been identified as key components of the Department of State infrastructure. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the Department of State network requirements. IRM/OPS/PMA has identified the equipment listed in paragraph two (2) as a key component of the Department?s networking system. Equipment listed above is required to provide network connectivity to existing Department of State?s enterprise network infrastructure based on existing management tools and routing capabilities. Furthermore, the equipment listed in paragraph two (2) is IRM ITCCB approved hardware and used to provide power protection for several years. Use of third party equipment which has not been tested by the Department for compatibility with existing hardware and software at this time will cause unacceptable delays to the Program in support of the unclassified and classified IT refresh. 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 only items that meet the Department?s requirements as a key component of the Department?s networking system. The equipment listed in paragraph two (2) have undergone testing, assessment, and evaluation for compatibility with existing hardware and software and is approved for use by the IRM ITCCB for unclassified and classified network. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via Hewlett Packard authorized channels for new equipment Federal sales. D) Full Hewlett Packard warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. MUST BID HP BRAND, PER PART # ONLY. NO COMPATIBLES, NO SUBSTITUTIONS, NO LIKE MFR ITEMS PERMITTED.
 
Web Link
www.fedbid.com (b-48935_05, n-8059)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01398590-W 20070909/070907220928 (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.