Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2008 FBO #2236
SOLICITATION NOTICE

70 -- SMART Servers

Notice Date
1/8/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-832022
 
Response Due
1/11/2008
 
Archive Date
7/9/2008
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019-832022. 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. 60648_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 2008-01-11 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, Exact Match Only, to the following: LI 001, Fully Configured SMART Server Configuration 2a & Rack, Quantity 1 Each fully configured rack to contain the following: 1 each AF002A HP Universal Rack 10642 G2 Shock Rack 1 each AF002A-001 Factory Express Base Racking 1 each HA452A1 HP Factory Express LVL2 Base Svc 1 each J9028B ProCurve Switch 1800 24G 24-port Gigabit Web Managed switch with (22) 10/100/1000 ports and 2 dual personality ports for either 10/100/1000 or mini-GBIC connectivity 1 each AG052A HP TFT7600 US Rackmount Keyboard 1 each AG052A-0D1 Factory integrated 1 each AB469A HP Factory Rackmount Shelf Kit Reinforces factory racked shipments of rx1600, rx26x0, rp34xx servers. 1 each AB469A-0D1 Factory integrated 3 each 252663-D72 HP 24A High Voltage US/JP Modular PDU 3 each 252663-D72-0D2 Factory horizontal mount of PDU 1 each 336044-B21 HP CAT5 0x1x8 KVM Server Console Switch 1 each 336044-B21-0D1 Factory integrated 1each 263474-B23 HP IP CAT5 Qty-8 12ft/3.7m Cable 1 each 263474-B23-0D1 Factory integrated 1 each 262587-B21 HP IP Console 8 pack Interface Adapter 1 each 262587-B21-0D1 Factory integrated 8 each 391935-B21 SMART Server Configuration 2a (see specs below) 391935-B21 ? SMART Server 2a Fully Configured & Integrated HP DL 380G5 server to include: 1 each 391835-B21 HP DL380R05 CTO Chassis 1 each 391835-B21 0D1 Factory integrated 1 each 391835-B21 ABA U.S. - English localization 1 each 418324-L21 HP X5160 DL380G5 FIO Kit 1 each 419812-B21 HP Dl380G5 X5160 HPM FIO Perf Pack 1 each 419812-B21 0D1 Factory integrated 4 each 397411-B21 HP 2GB FBD PC2-5300 2x1GB Kit 4 each 397411-B21 0D1 Factory integrated 2 each 375861-B21 HP 72GB 10k 2.5 Single Port HP SAS Drive 2 each 375861-B21 0D1 Factory integrated 4 each 431958-B21 HP 146GB SAS 10K SFF SP HD 4 each 431958-B21 0D1 Factor integrated 1 each 331903-B21 HP Slimline CD-RW/DVD-ROM 1 each 331903-B21 0D1 Factory integrated 1 each 405162-B21 HP Smart Array P400/512 DL38x LP FIO Ctr 2 each 412648-B21 NC360T PCIe Dual Port Gigabit Server Adaptor 2 each 412648-B21 0D1 Factory integrated 2 each 227099-B21 HP Proliant 13A 125V 12ft US Power Cord 2 each 227099-B21 0D1 Factory integrated 1 each HA452A1 001 HP Factory Express LVL2 Class1 Svc 1 each HA452A1 BAS Base Service , 1, EA; LI 002, Fully Configured SMART Server Configuration 3 & Rack, Quantity 2 Each fully configured rack to contain the following: 1 each AF002A HP Universal Rack 10642 G2 Shock Rack 1 each AF002A-001 Factory Express Base Racking 1 each HA452A1 HP Factory Express LVL2 Base Svc 1 each J9028B ProCurve Switch 1800 24G 24-port Gigabit Web Managed switch with (22) 10/100/1000 ports and 2 dual personality ports for either 10/100/1000 or mini-GBIC connectivity 1 each AG052A HP TFT7600 US Rackmount Keyboard 1 each AG052A-0D1 Factory integrated 1 each AB469A HP Factory Rackmount Shelf Kit Reinforces factory racked shipments of rx1600, rx26x0, rp34xx servers. 1 each AB469A-0D1 Factory integrated 3 each 252663-D72 HP 24A High Voltage US/JP Modular PDU 3 each 252663-D72-0D2 Factory horizontal mount of PDU 1 each 336044-B21 HP CAT5 0x1x8 KVM Server Console Switch 1 each 336044-B21-0D1 Factory integrated 1each 263474-B23 HP IP CAT5 Qty-8 12ft/3.7m Cable 1 each 263474-B23-0D1 Factory integrated 1 each 262587-B21 HP IP Console 8 pack Interface Adapter 1 each 262587-B21-0D1 Factory integrated 6 each 410058-B21 SMART Server Configuration 3 (see specs below) 410058-B21 - SMART Server 3 Fully Configured & Integrated HP DL 580G4 server to include: 1 each 410058-B21 HP DL580R04 CTO Chassis 1 each 410058-B21 0D1 Factory integrated 1 each 410058-B21 ABA U.S. - English localization 1 each 430816-L22 HP X7140M 580 FIO Kit 3 each 430816-B21 HP X7140M 570/580G4 Kit 3 each 430816-B21 0D1 Factory integrated 3 each 410061-B21 HP DL580G4 Memory Expansion Board Kit 3 each 410061-B21 0D1 Factory integrated 3 each 343057-B21 HP 4GB REG PC2-3200 2x2GB DDR Memory 3 each 343057-B21 0D1 Factory integrated 2 each 375861-B21 HP 72GB 10k 2.5 Single Port HP SAS Drive 2 each 375861-B21 0D1 Factory integrated 4 each 431958-B21 HP 146GB SAS 10K SFF SP HD 4 each 431958-B21 0D1 Factor integrated 1 each 264007-B21 HP Slim 8X/24X DVD-ROM Drive 1 each 264007-B21 0D1 Factory integrated 1 each 411064-B21 HP Smart Array P400/512 Controller 1 each 411064-B21 0D1 Factory integrated 2 each 412648-B21 NC360T PCIe Dual Port Gigabit Server Adapter 2 each 412648-B21 0D1 Factory integrated 1 each AE312A HP FC1242SR 4Gb PCI-E DC HBA 1 each AE312A 0D1 Factory integrated 1 each 348114-001 HP 580/570G3/G4/585G2 RPS US Kit 1 each 348114-001 0D1 Factory integrated 1 each HA452A1 HP Factory Express LVL2 Base Svc 1 each HA452A1 002 HP Factory Express LVL2 Class2 Svc 2 each 227099-B21 HP Proliant 13A 125V 12ft US Power Cord 2 each 227099-B21 0D1 Factory integrated , 2, EA; LI 003, Fully Configured & Integrated SMART Server 2a (stand alone), Quantity 20 391935-B21 ? SMART Server 2a Fully Configured & Integrated HP DL 380G5 server to include: 1 each 391835-B21 HP DL380R05 CTO Chassis 1 each 391835-B21 0D1 Factory integrated 1 each 391835-B21 ABA U.S. - English localization 1 each 418324-L21 HP X5160 DL380G5 FIO Kit 1 each 419812-B21 HP Dl380G5 X5160 HPM FIO Perf Pack 1 each 419812-B21 0D1 Factory integrated 4 each 397411-B21 HP 2GB FBD PC2-5300 2x1GB Kit 4 each 397411-B21 0D1 Factory integrated 2 each 375861-B21 HP 72GB 10k 2.5 Single Port HP SAS Drive 2 each 375861-B21 0D1 Factory integrated 4 each 431958-B21 HP 146GB SAS 10K SFF SP HD 4 each 431958-B21 0D1 Factor integrated 1 each 331903-B21 HP Slimline CD-RW/DVD-ROM 1 each 331903-B21 0D1 Factory integrated 1 each 405162-B21 HP Smart Array P400/512 DL38x LP FIO Ctr 2 each 412648-B21 NC360T PCIe Dual Port Gigabit Server Adaptor 2 each 412648-B21 0D1 Factory integrated 2 each 227099-B21 HP Proliant 13A 125V 12ft US Power Cord 2 each 227099-B21 0D1 Factory integrated 1 each HA452A1 001 HP Factory Express LVL2 Class1 Svc 1 each HA452A1 BAS Base Service , 20, EA; LI 004, Fully Configured & Integrated SMART Server 3 (stand alone), Quantity 16 410058-B21 - SMART Server 3 Fully Configured & Integrated HP DL 580G4 server to include: 1 each 410058-B21 HP DL580R04 CTO Chassis 1 each 410058-B21 0D1 Factory integrated 1 each 410058-B21 ABA U.S. - English localization 1 each 430816-L22 HP X7140M 580 FIO Kit 3 each 430816-B21 HP X7140M 570/580G4 Kit 3 each 430816-B21 0D1 Factory integrated 3 each 410061-B21 HP DL580G4 Memory Expansion Board Kit 3 each 410061-B21 0D1 Factory integrated 3 each 343057-B21 HP 4GB REG PC2-3200 2x2GB DDR Memory 3 each 343057-B21 0D1 Factory integrated 2 each 375861-B21 HP 72GB 10k 2.5 Single Port HP SAS Drive 2 each 431935-B21 0D1 Factory integrated 4 each 431958-B21 HP 146GB SAS 10K SFF SP HD 4 each 431958-B21 0D1 Factor integrated 1 each 264007-B21 HP Slim 8X/24X DVD-ROM Drive 1 each 264007-B21 0D1 Factory integrated 1 each 411064-B21 HP Smart Array P400/512 Controller 1 each 411064-B21 0D1 Factory integrated 2 each 412648-B21 NC360T PCIe Dual Port Gigabit Server Adapter 2 each 412648-B21 0D1 Factory integrated 1 each AE312A HP FC1242SR 4Gb PCI-E DC HBA 1 each AE312A 0D1 Factory integrated 1 each 348114-001 HP 580/570G3/G4/585G2 RPS US Kit 1 each 348114-001 0D1 Factory integrated 1 each HA452A1 HP Factory Express LVL2 Base Svc 1 each HA452A1 002 HP Factory Express LVL2 Class2 Svc 2 each 235603-001 HP Proliant 13A 125V 12ft US Power Cord 2 each 235603-001 0D1 Factory integrated , 16, EA; LI 005, Fully Configured SMART Server Configuration 2a & Rack, Quantity 2 Each fully configured rack to contain the following: 1 each AF002A HP Universal Rack 10642 G2 Shock Rack 1 each AF002A-001 Factory Express Base Racking 1 each HA452A1 HP Factory Express LVL2 Base Svc 1 each J9028B ProCurve Switch 1800 24G 24-port Gigabit Web Managed switch with (22) 10/100/1000 ports and 2 dual personality ports for either 10/100/1000 or mini-GBIC connectivity 1 each AG052A HP TFT7600 US Rackmount Keyboard 1 each AG052A-0D1 Factory integrated 1 each AB469A HP Factory Rackmount Shelf Kit Reinforces factory racked shipments of rx1600, rx26x0, rp34xx servers. 1 each AB469A-0D1 Factory integrated 3 each 252663-D72 HP 24A High Voltage US/JP Modular PDU 3 each 252663-D72-0D2 Factory horizontal mount of PDU 1 each 336044-B21 HP CAT5 0x1x8 KVM Server Console Switch 1 each 336044-B21-0D1 Factory integrated 1each 263474-B23 HP IP CAT5 Qty-8 12ft/3.7m Cable 1 each 263474-B23-0D1 Factory integrated 1 each 262587-B21 HP IP Console 8 pack Interface Adapter 1 each 262587-B21-0D1 Factory integrated 8 each 391935-B21 SMART Server Configuration 2a (see specs below) 391935-B21 ? SMART Server 2a Fully Configured & Integrated HP DL 380G5 server to include: 1 each 391835-B21 HP DL380R05 CTO Chassis 1 each 391835-B21 0D1 Factory integrated 1 each 391835-B21 ABA U.S. - English localization 1 each 418324-L21 HP X5160 DL380G5 FIO Kit 1 each 419812-B21 HP Dl380G5 X5160 HPM FIO Perf Pack 1 each 419812-B21 0D1 Factory integrated 4 each 397411-B21 HP 2GB FBD PC2-5300 2x1GB Kit 4 each 397411-B21 0D1 Factory integrated 2 each 375861-B21 HP 72GB 10k 2.5 Single Port HP SAS Drive 2 each 375861-B21 0D1 Factory integrated 4 each 431958-B21 HP 146GB SAS 10K SFF SP HD 4 each 431958-B21 0D1 Factor integrated 1 each 331903-B21 HP Slimline CD-RW/DVD-ROM 1 each 331903-B21 0D1 Factory integrated 1 each 405162-B21 HP Smart Array P400/512 DL38x LP FIO Ctr 2 each 412648-B21 NC360T PCIe Dual Port Gigabit Server Adaptor 2 each 412648-B21 0D1 Factory integrated 2 each 227099-B21 HP Proliant 13A 125V 12ft US Power Cord 2 each 227099-B21 0D1 Factory integrated 1 each HA452A1 001 HP Factory Express LVL2 Class1 Svc 1 each HA452A1 BAS Base Service , 2, EA; LI 006, eScore Vendor Configuration Worksheet An eScore sheet is required for the following items: Line Item 1, Fully Configured SMART Server Configuration 2a & Rack Line Item 2, Fully Configured SMART Server Configuration 3 & Rack Line Item 3, Fully Configured & Integrated SMART Server 2a (stand alone) Line Item 4, Fully Configured & Integrated SMART Server 3 (stand alone) Line Item 5, Fully Configured SMART Server Configuration 2a & Rack E-SCORE: 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; 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. **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 EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION See attachment for additional Buy terms. To ensure compatibility with existing hardware and software in the field, the SMART servers must be HP DL380G5 and HP 580G4 servers and related equipment, and provided by a Hewlett Packard reseller. The Hewlett Packard DL380G5 and Hewlett Packard DL580G4 SMART servers, along with these other components, have been identified as key components of the Department?s SMART server infrastructure. IRM ITCCB approved the use of these Hewlett Packard Servers for unclassified networks. These servers were tested by the Department for hardware and software compatibility. These specific servers provide integrated management functions with existing equipment maximizing our return on training investment for support personnel. In addition, the various anticipated Operations and Maintenance owners of SMART deployed technologies utilize similar equipment at this time. As the SMART program exists for a finite duration, the program seeks to minimize the burden placed on existing O&M organizations by using similar technologies as those already deployed. Furthermore, these setups are matched to specific configuration needs in the DoS that recur on a regular basis making them virtually interchangeable and simplifying our spare part logistic needs. Finally, standardization preserves our ability to more easily expand with newer server models from the same manufacturer and achieve economies of scale, particularly in test and development environments, with lower overall cost. Required Hewlett Packard DL380G5, Hewlett Packard DL580 G4, servers, and related infrastructure equipment (described above and in the attached) are required for SMART. These servers have been identified as key components of the Department?s SMART server infrastructure which will provide Command and Control message handling, collaboration, Archive and Records Management functions for the Department of State. 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 Hewlett Packard DL380G5 and Hewlett Packard DL580G4 servers have undergone testing, assessment, and evaluation for compatibility with existing hardware and software and are approved for use by the IRM ITCCB for unclassified and classified network.
 
Web Link
www.fedbid.com (b-60648_01, n-10221)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01480670-W 20080110/080108223458 (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.