Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
SOLICITATION NOTICE

70 -- SDLT Drives - Versa Rails

Notice Date
3/13/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045846002_01
 
Response Due
3/14/2008
 
Archive Date
9/10/2008
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 1045846002_01 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 334112 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside 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 2008-03-14 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Quantum Super DLTtape 320 - P/N TR-S23BA-EY MUST BE EXACT MATCH TO BRAND AND PART NUMBER. 'EQUALS', 'EQUIVALENTS', or ALTERNATES WILL NOT BE ACCEPTED., 15, EA; LI 002, Sliding Rapid/Versa Rails, PE2900 Customer Install - P/N: 310-8207(Or other Manufaturers Exact Equivalent), 15, EA; LI 003, 146GB 15K RPM Serial-Attach SCSI - P/N: 341-2827(Or other Manufaturers Exact Equivalent), 40, EA; LI 004, 1 PK SDLT Tape Cartridge - P/N: 183700(Or other Manufaturers Exact Equivalent), 100, 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, competed, 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 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 Representative, please contact Harry Lundy at LundyHE@State.gov or 703-875-6014. **TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, 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. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Consular Affairs Consular Systems and Technology (CA/CST). This Justification and Approval (J&A) on a brand name only basis is for the use of the Quantum SDLT 320 Tape Drive. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. Digital Linear Tape (DLT) is one of several technologies developed to increase data transfer rates and storage capacities of computer tape drives. SDLT, an upgraded variant of DLT technology, makes it possible to store more than 100 GB on a single cartridge with data transfer speeds of up to 10 MB per second. SDLT drives are currently deployed to posts. The SDLT 160/320 is the second tape drive released in the SDLT family, offering a 45% increase in native storage capacity and performance as compared to the SDLT 110/220 GB tape drive. With its improvements in capacity and performance, the SDLT 160/320 GB tape drive is positioned as the fastest and highest capacity tape drive in the mid-range drive segment. Backward read compatible with DLT Type IV media, the SDLT 160/320 maintains the SDLT compatibility standards introduced on the SDLT 110/220 while adding read compatibility for media written in the DLT1 and DLT VS 40/80 format. SDLT 160/320 GB Tape Drive Customer benefits include: ? 160 GB per cartridge capacity requires fewer data cartridges for backups, reducing the customers total cost of ownership ? 57.6 GB/hour performance reduces the customers backup window by 33% or more as compared to other competitive technologies ? Investment protection through backward-read compatibility with previously written DLT Type IV and SDLT media ? Increased reliability and performance through technological advances in drive head and media design ? Reduces dependence on spares inventory with a 24-hour exchange ? SDLT technology roadmap offers future capacities beyond 1TB per cartridge 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. CA/CST has selected the Quantum SDLT 320 GB Tape Drive because results obtain by the Bureau?s System Engineering Task Team in tests and reviews of other manufacturers? tape drives indicated that this is the only tape drive that meets the DoS?s processing, redundancy, and management requirements. The requested SDLT tape drives will be deployed at overseas posts which has established an environment comprised of equipment that is compatible with the Quantum SDLT 320 tape drive. The continued use of the SDLT tape drive eliminates the need to procure, maintain, and account for spare part inventories for multiple HW manufacturers? server configurations. Most importantly, the Quantum SDLT 320 GB Drive is currently the only tape drive available that meets CA?s requirements. In summation, CA/CST believes that it is in the best interests of the Government to acquire the requested Quantum SDLT 320 Tape Drive without delay.
 
Web Link
www.fedbid.com (b-63560_01, n-11032)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01531693-W 20080315/080313223647 (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.