Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

70 -- HP Server Upgrades

Notice Date
4/7/2008
 
Notice Type
Presolicitation
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045847902
 
Response Due
4/9/2008 5:00:00 PM
 
Archive Date
10/6/2008
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Description
Bids are being solicited under solicitation number 1045847902. 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. 65081_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 2008-04-09 15:30:00.0 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, Exact Match Only, to the following: LI 001, HP DL380G5 CTO Chassisp/n: 391835-B21, 20, EA; LI 002, HP E5450 DL380G5 FIO kit p/n: 458583-L21, 20, EA; LI 003, HP E5450 DL380G5 kit p/n: 458583-B21Opt.oD1 Factory Integrated, 20, EA; LI 004, HP 4gb FBD PC2-5300 2X2GB kit p/n: 397413-B21 Opt.oD1 Factory Integrated, 80, EA; LI 005, HP 146gb 10k SAS 2.5 Hot plug Hard drive p/n: 431958-B21 Opt. oD1 Factory Integrated, 160, EA; LI 006, HP 146gb 10k SAS 2.5 Hot plug Hard drive p/n: 431958-B21, 40, EA; LI 007, HP Slim 8X/24X DVD-ROM Drive p/n: 264007-B21 Opt. oD1 Factory Integrated, 20, EA; LI 008, HP Smart Array P400/512 DL38x LP FIO Ctr p/n: Part# 405162-B21, 20, EA; LI 009, HP NC110T PCIe Gigabit Server Adapter p/n: 434905-B21Opt. oD1 Factory Integrated, 20, EA; LI 010, HP RPS 350/380g5/385g2 Kit p/n: 399771-B21 Opt. Factory Integrated, 20, EA; LI 011, HP 3yr 4hr 24x7 Proliant Server DL38x HW support p/n: HA104A3#7G3, 20, 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) or to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS. New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICES. SHIPPING DOCUMENTS WILL CLEARLY 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. 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. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Bureau of Consular Affairs, Office of Consular Systems and Technology (CA/CST). This Justification and Approval (J&A) on a brand name only basis is for the acquisition of HP ProLiant DL380 G5 Servers. 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.The HP ProLiant DL380 G5 Server has been identified as a key component of the Department’s networking system, with the optimal server configuration to meet CA/CST/II’s KCC project needs. The HP DL380 G5 server meets the following project requirements above and beyond other tested server options:• Systems need to participate in a Systems Insight Manager environment for monitoring and management• Systems must have a visible diagnostic display indicating system hardware health• Must accept a variety of RAID controllers from low cost/performance to high performance while preserving compatibility of the data on the disks• Systems must use Small Form Factor (SFF) SAS drives• Systems must use common drives and RAID controllers• Embedded NICS must be multifunctional (i.e., provide TCP/IP offload capabilities)• CPUs must provide virtual KVM capability to include Power Meter Data Reporting• 1U servers must support up to 6 SAS internal drives; 2U servers must support up to 8 SAS internal drives• Systems must have front video/USB ports• Systems must support redundant hot-plug power supplies with independent power cords that can be plugged into independent power sources• Systems must have an option to support the same disks both internally and externally.The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. 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 requested HP server fulfills the following critical requirements:• The server must utilize Intel’s quad-core 5400 series processors that generate no more than 80 watt of heat. The processors shall operate at a minimum of 3.0GHz and employ a 1333 MHz FSB. There are Intel quad-core processors that generate 100 and 120 watts, but they exceed our maximum heat threshold. Note: If Intel’s 50 watt Quad Core processors are available at the time of purchase, then the 50 watt processor will supersede our original 80 watt requirement, and be the preferred choice.• The server form factor must not be greater than 2U• The server must support a minimum of (8) internal 2.5 inch SAS hard drives• Servers must be configured with 16Gb of memory and have the ability to expand to 32Gb without discarding original memory• Server power supplies must be rated by the manufacture at a minimum of 800 watts.• The vendor must be able to provide emergency maintenance within a 4-hour response time, 24/7CA/CST has selected the HP ProLiant DL380 G5 Server because results obtain by the Bureau’s System Engineering Task Team in tests and reviews of other manufacturers’ servers indicated that these most closely met the DoS’s processing, redundancy, and management requirements. The requested servers will be deployed at a DoS facility which has established an environment comprised of HP equipment in the interest of overall cost economy, reliability, and ease of administration. The continued use of HP servers eliminates the need to procure, maintain, and account for spare part inventories for multiple HW manufacturers’ server configurations or to manage multiple vendors’ yearly support and maintenance agreements.The HP ProLiant DL380 G5 Server has been evaluated and approved by the Bureau of Consular Affairs’ Configuration Control Board and will be added to the Consular HW Baseline. The HP DL380 G5 has undergone test and assessment and received final approval from the Department of State IT Configuration Control Board.(5) A determination by the Contracting Officer that the anticipated
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f0f06e260d3047882fe2d2cac96452c8&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN01548789-W 20080409/080407220506-f0f06e260d3047882fe2d2cac96452c8 (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.