Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

70 -- HP DL580G4 SERVERS

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019-732110
 
Response Due
9/13/2007
 
Archive Date
3/11/2008
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019-732110. 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. 43805_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 2007-09-13 15:00:00.0 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, 410058-B21 HP DL580R04 CTO Chassis, 2, EA; LI 002, 430816-L22 HP X7140M 580 FIO Kit, 2, EA; LI 003, 430816-B21 HP X7140M 570/580G4 Kit, 6, EA; LI 004, 410061-B21 HP DL580G4 Memory Expansion Board Kit, 2, EA; LI 005, 348106-B21 HP 8GB REG PC2-3200 2X4GB Memory, 8, EA; LI 006, 431958-B21 HP 146GB 10K SAS 2.5 Hot Plug Hard Drive, 4, EA; LI 007, 383975-B21 HP 8X Slim DVD+RW Drive, 2, EA; LI 008, 390164-B21 HP DL360 G4p/DL580 G3 Floppy Drive, 2, EA; LI 009, 411064-B21 HP Smart Array P400/512 Controller, 2, EA; LI 010, AE312A HP FC1242SR 4Gb PCI-E DC HBA, 4, EA; LI 011, 348114-001 HP 580/570G3/G4/585G2 RPS US Kit, 2, EA; LI 012, 263825-B21 HP iLO Advanced Pack 1-Server Lic, 2, EA; LI 013, HA454A1 HP Factory Express Level 4 Service, 2, EA; LI 014, Opt. 002 Proliant Servers (3-9U), 2, EA; LI 015, HA103A3 HP 3y 4h 13x5 HW Support, 1, EA; LI 016, Opt. 7G6 ProLiant Server DL58x HW Supp, 2, EA; LI 017, U2428A Proliant Essentials OE, 2, EA; LI 018, A7987A HP 4/16 SAN Switch Power Pack, 1, EA; LI 019, HA454A1 HP Factory Express Level 4 Service, 1, EA; LI 020, Opt. 021 Rackable Storage and Networking, 1, EA; LI 021, Opt. BAS Base Service, 1, EA; LI 022, A7987A HP 4/16 SAN Switch Power Pack, 1, EA; LI 023, HA454A1 HP Factory Express Level 4 Service, 1, EA; LI 024, Opt. 021 Rackable Storage and Networking, 1, EA; LI 025, T3724E HP CV EVA 7.0 Rep Sol Mgr 3.0 Media Kit, 1, EA; LI 026, T5175A HP CV EVA 4K Series Unlimited Lic, 1, EA; LI 027, A7446B HP 4GB SW Single Pack SFP Transceiver, 32, EA; LI 028, AD525C HP EVA4100/6100 Cont Assembly, 1, EA; LI 029, 221692-B22 5m SW LC/LC FC Cable ALL, 12, EA; LI 030, 221692-B23 Storage Works LC/LC 15m Cable , 4, EA; LI 031, AD542C HP M5314C FC Drive Enclosure, 2, EA; LI 032, AG425A HP EVA 300GB 15K FC Add on HDD, 8, EA; LI 033, HA110A3 HP 3y Support Plus 24 SVC, 1, EA; LI 034, Opt. 8HH EVA FC 146GB/300GB HDD Support, 8, EA; LI 035, Opt. 8N9 BC EVA 5K/8K,CV EVA 3K/4K Supp, 1, EA; LI 036, Opt. 8NM 2/16N PP Switch Support, 2, EA; LI 037, Opt. 8WH EVA4000 Cntr pair Support, 1, EA; LI 038, Opt. 8WJ M5314A FC Drive Enclosure Support, 2, EA; LI 039, HA113A1 HP Installation Service , 1, EA; LI 040, Opt. 5FL EVA Disk Drive Installation, 8, EA; LI 041, HA124A1 HP Technical Installation Startup SVC, 1, EA; LI 042, Opt. 5AS HP Startup Command View EVA (CV EVA) Svc, 1, EA; LI 043, 343056-B21 HP 2GB REG PC2-3200 2x1GB Memory, 24, EA; LI 044, 347708-B22 HP 146GB 15K RPM U320 Univ Hard Drive, 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 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. 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. The IRM/OPS/ENM is requesting the acquisition VMware Lab Manager Foundation Enterprise Bundle and Gold Support.The VMware product provides a virtual environment that allows for the setup, capture, storage and sharing of multi-machine software configurations for rapid testing. 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 provide unique capabilities that are not available in a single package from competing vendors. The Patch Management Team lab is designed to support the basic patch package development but is currently operating at capacity. The VMware Lab Manager provides a set of capabilities not available in another single competing product. The basic VMware Workstation product is already used by the Patch Management Team for testing and package development, but has limited capabilities. The Lab Manager product builds on the Patch Team's existing virtual lab environment. It will provide greatly enhanced testing capabilities by allowing for rapid testing of multiple platform configurations and easy sharing of virtual environments between team members.
 
Web Link
www.fedbid.com (b-43805_01, n-8196)
(http://www.fedbid.com)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01402149-W 20070913/070911220529 (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.