Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

70 -- HP SERVER

Notice Date
9/25/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019732454A
 
Response Due
9/26/2007
 
Archive Date
3/24/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019732454A. 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. 51222_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 2007-09-26 15:30:00.0 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, SMART Server Configuration 2a ? Server Configuration 2A Make/Model HP DL380 G5 Processor 2 x Dual Core Xeon 5160 (3.0 Ghz, 1333 FSB, 80 W) 2x4MB L2 cache RAM 8GB Fully Buffered DIMM PC2-5300 4x1GB Storage Integrated Smart Array P400/512 PCIe controller 2 x HP 75GB Hot Plug 2.5 SAS 15,000 rpm HD SlimLine DVD-ROM Drive (8x/24x) Network Embedded NC373i Multifunction Gigabit Network Adapter 2 x NC373T 394791-B21 PCI Express gigabit server adapter Power HP Redundant Fan Option Kit Hot Plug Redundant Power Supply Module Mgmt Integrated Lights Out 2 (iLO 2) Standard Management w iLO Advanced Pack These servers must be integrated as follows: 3 racks with (8) servers in each rack Rack must have Hewlett Packard KVM and Switch Boxes Balance of Servers in boxes, 44, EA; LI 002, SMART Server Configuration 3 ? Server Configuration 3 Make/Model HP DL580 G4 (430816-B21) Processor Intel Dual-Core Xeon 7140M / 3.4 GHz , 2x2MB L2 cache RAM 3 x Additional Memory Board 4 x 4GB Total REG PC2-3200 (2x2GB) HBA QLOGIC QLE2462 3 x HP 72GB Hot Plug 2.5 SAS 10,000 rpm HD SlimLine DVD-ROM Drive (8x/24x) Network HP Dual embedded NC371i Multi-function Gigabit network adapter 2 x NC373T 394791-B21 PCI Express gigabit server adapter Power HP 910/1300W power supply 910/1300W hot plug redundant power supply (IEC) Mgmt Integrated Lights Out 2 (iLO 2) Standard Management w iLO Advanced Pack These servers must be integrated as follows: 2 racks with (8) servers in each rack Rack must have Hewlett Packard KVM and Switch Boxes. Balance of servers in boxes., 28, EA; LI 003, HP 10642 G2 42U Rack - Shock Pallet AF002A, 5, EA; LI 004, HP TFT7600 Rackmount Keyboard and Monitor AG052A, 5, EA; LI 005, - HP 8PT KVM SRV Console Switch 1x8 336044-B21, 5, EA; LI 006, HP KVM Interface Adapters 8PK HP KVM Interface Adapters 8PK, 5, PG; LI 007, HP 8PK CAT5 Patch Cable 6FT 263474-B22, 5, EA; LI 008, HP Procurve Switch 1800 24PT 24G J9028B#ABA, 5, EA; LI 009, Rack Configuration, 5, EA; LI 010, Rack Cabling Configuration, 5, EA; LI 011, HP 1U 10PK Universal Filler Panel AF072A, 10, PG; LI 012, HP 10K G2 600W Stabilizer Kit AF062A, 5, EA; LI 013, FREIGHT, 1, LOT; LI 014, ? Weight is a consideration for all items due to government shipping related costs. ? 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 Purchase Order number (1019-number) must be clearly written on each box. ? A packing slip must be included with every shipment. ? Shipping Address: o U.S. Department of State o c/o ManTech o 8020 Grainger Ct., Springfield, VA 22153, 1, EA; LI 015, ? Pallet height not to exceed 60-inches. ? Wrapped pallet dimensions: 40x48x60 ? 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. ? All pallets must be marked with the purchase order number (1019-number), 1, EA; LI 016, ? Manufacturer warranty for parts and labor on all components. ? Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. ? Repaired units must be received within 30 days. ? 120-Day Lead-time for retuning a defective item from post. ? If award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns., 1, EA; LI 017, 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 delivery 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., 1, EA; LI 018, ? Upon award please contact Devon Martin (571-438-4173) or Dawn Cavallo (703-970-2117) to arrange for delivery within ten (10) days of award two (2) of each awarded configuration to the PMA Lab for QA, Compliance, and Image Test., 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. **ONLY FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, TO HAVE A BID CONSIDERED FOR AWARD, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION AMENDED SPECS FOR LINE ITEM 001 & 002 AMENDED SPEC IN LINE ITEM 002 TO CLARIFY PROCESSOR: (430816-B21) Processor Intel Dual-Core Xeon 7140M / 3.4 GHz
 
Web Link
www.fedbid.com (b-51222_03, n-9030)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01420020-W 20070927/070925223426 (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.