Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2007 FBO #2135
MODIFICATION

70 -- KEMP, CISCO & HP

Notice Date
9/29/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019732505
 
Response Due
9/30/2007
 
Archive Date
3/28/2008
 
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
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019732505 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334113 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-09-30 11:00:00.0 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, Brand Name or Equal, to the following: LI 001, LOADMASTER, Loadmaster 3620 - Kemp Technologies Full Featured Server Load Balancing *1000 TPS SSL Acceleration *Layer 7 Content Switching *99.999% High Availability (with hot standby) *Server Health Checking *1,000,000 Concurrent Sessions *800 Mbps Throughput *1U Rack Mountable *First year Gold Support (5X10 telephone support, SW Updates and H/W replacement if needed.) , 3, EA; LI 002, WS-C6506-E : Cisco Catalyst 6506-E Switch 12U WS-C6506-E, 2, EA; LI 003, S733ISK9-12218SXF : Cisco IOS IP Services SSH - (v.12.2(18)SXF) - complete package - SSH S733ISK9-12218SXF, 2, EA; LI 004, WS-SUP720-3B= : Cisco Supervisor Engine 720 with PFC3B - Control processor - EN, Fast EN, Gigabit EN - plug-in module WS-SUP720-3B=, 2, EA; LI 005, WS-CF-UPG= : Cisco Compact Flash Upgrade Kit - Card adapter (CF) - flash: CF-512MB WS-CF-UPG=, 2, EA; LI 006, MEM-C6K-CP : Cisco - Flash memory card - 256MB - CF MEM-C6K-CPTFL256M=, 2, EA; LI 007, GLC-SX-MM= : Cisco Transceiver Module - SFP - Gigabit EN - 1000Base-SX - 850nm GLC-SX-MM=, 48, EA; LI 008, WS-C6506-E-FAN= : Cisco - Fan tray WS-C6506-E-FAN=, 2, EA; LI 009, WS-CAC-3000W= : Cisco - Power supply (plug-in module) 3000 Watt WS-CAC-3000W=, 4, EA; LI 010, CAB-AC-2500W-US1= : Cisco Power cable IEC 320 EN 60320 C19 (F) NEMA 6-20(M) 14FT CAB-AC-2500W-US1=, 4, EA; LI 011, WS-X6724-SFP= :Cisco - Switch - Gigabit EN + 24 x SFP (empty) - plug-in module WS-X6724-SFP=, 2, EA; LI 012, CON-SNTP-WS-C6506 : Cisco SMARTnet - Extended service agreement - replacement - 1 year CON-SNTP-WS-C6506, 2, EA; LI 013, GLC-SX-MM= : Cisco - Transceiver module - SFP - Gigabit EN - 1000Base-SX - 850 nm GLC-SX-MM=, 16, EA; LI 014, WS-C3550E-48TD-S: CAT 3560E 48 10/100/1000 10GE X2 265W IPB WS-C3560E-48TD-S, 4, EA; LI 015, S3560EVK9T-12235SE: CAT 3560E IOS UNIVERSAL S3560EVK9T-12235SE, 4, EA; LI 016, CVR-X2-SFP : Cisco TwinGig Converter Module - Transceiver module - X2 - Gigabit EN - 1000Base-X - 2 ports CVR-X2-SFP=, 8, EA; LI 017, CON-SNT-3750E4TS : SMARTnet 8x5xNBD(SNT) CON-SNT-3750E4TS, 4, EA; LI 018, 375861-B21 : HP - Hard drive - 72 GB - hot-swap - 2.5" - SAS - 10000 rpm 375861-B21, 5, EA; LI 019, 431958-B21 : HP - Hard drive - 146 GB - hot-swap - 2.5" - SAS - 10000 rpm 431958-B21, 15, EA; LI 020, 187335-001 : Power cord (Black) - 120VAC, 13A - 3.7m (12ft) long - Has straight C13 (F) plug for power output (USA, Canada, and Mexico) 187335-001, 60, EA; LI 021, 302970-B21 : HP StorageWorks Modular Smart Array 30 Dual Bus - Hard drive array - 2 TB - rack-mountable - 14 bays - Ultra320 - 0 x HD - Ultra320 SCSI - 3U 302970-B21, 5, EA; LI 022, 347708-B22 : HP Universal Hard Drive - Hard drive - 146.8 GB - hot-swap - Ultra320 SCSI - 15000 rpm 347708-B22, 60, EA; LI 023, 411089-B22 : HP Universal Hard Drive - Hard drive - 300 GB - hot-swap - Ultra320 SCSI - 15000 rpm 411089-B22, 16, EA; LI 024, 273914-B21 : HP Smart Array 6404/256 - Storage controller (RAID) - 4 Channel - Ultra320 SCSI - 320 MBps - RAID 0, 1, 5, 10, ADG - PCI-X 273914-B21, 5, EA; LI 025, 410570-B21 : HP PCI-X/PCI-E Riser Cage Option Kit - Riser card 410570-B21, 5, EA; LI 026, Shipping Instructions: -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. packing slip must be included with every shipment. -Shipping Address: U.S. Department of State c/o ManTech 8020 Grainger Ct., Springfield, VA 22153, 1, EA; LI 027, Pallet Restrictions: -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) -All pallets must contain a Master RFID Tag, 1, EA; LI 028, Warranty -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 within30 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 029, eScore Vendor Configuration Data Worksheet for switches 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, LOT; LI 030, Evaluation Unit -Upon award please contact Todd Yocum (703-970-2113) 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov 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. New equipment ONLY, NO remanufactured products FOB DESTINATION CONUS *The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. *No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. *Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. *Items received must adhere to the configuration as submitted and approved by the PMA Lab. *Vendors must deliver to the configuration as tested and approved. *Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. 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. Should Sellers require contact with a DOS Represntative, please contact Harry Lundy at LundyHE@State.gov or 703-875-6014.
 
Web Link
www.fedbid.com (b-54296_03, n-9447)
(http://www.fedbid.com)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01425277-W 20071001/070929223211 (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.