Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
SOLICITATION NOTICE

70 -- IT Expansion (Client IHS) FE758905

Notice Date
4/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
9988 Hibert St, San Diego, CA 92131
 
ZIP Code
92131
 
Solicitation Number
FE758905
 
Response Due
4/11/2008
 
Archive Date
10/8/2008
 
Point of Contact
Name: Kristen Hill, Title: Account Manager, Phone: 8585372221, Fax:
 
E-Mail Address
kristen.hillr7@gsa.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 FE758905 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 2005-24. 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 2008-04-11 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Santa Fe, NM 87507 The GSA FTS Region 7 requires the following items, Exact Match Only, to the following: LI 001, TS3500 Expansion Frame to existing LTO2 Library Frame 3584-D53, 1, EA; LI 002, Enhanced frame control assembly 1451, 1, EA; LI 003, Additional Fibre channel patch panel 1461, 6, EA; LI 004, LTO fibre drive maountiung kits 1514, 6, EA; LI 005, add D22/D23/D52/D53 to X32 1610, 1, EA; LI 006, 25M LC-LC Fibre Channel Cable 6025, 6, EA; LI 007, Ultrium Cleaning Cartridge 8750, 6, EA; LI 008, Encryption Configuration 9900, 1, EA; LI 009, Dual 4.3M Pwr cord non watertight 9972, 1, EA; LI 010, 3584-D53 Plant Install 9682, 6, EA; LI 011, Ultrium LTO4 Tape Drives With Encryption Enablement 3588-F4A, 6, EA; LI 012, 3588-F4A Plant Install 9682, 6, EA; LI 013, IBM Ultrascalable tape library 3584-L32, 1, EA; LI 014, Library and Drive Code Update 0500, 1, EA; LI 015, Fibre Channel Patch Panel 1462, 1, EA; LI 016, Capacity Expansion 1603, 1, EA; LI 017, Transparent LTO encryption 1604, 1, EA; LI 018, Advanced Library Management System 1690, 1, EA; LI 019, 1-2 frame X-track Cable 1802, 1, EA; LI 020, First Expansion Frame Attachment 9002, 1, EA; LI 021, Engineering to Install, 1, EA; LI 022, IBM Ultrium LTO4 Tape Cartridges with Labeling Service, 50, EA; LI 023, 4GB Dual Port Fiber Channel PCI - X 2.0D 5759, 2, EA; LI 024, IBM 10/100/1000 Base- TX Ethernet PCI -X A 5701, 1, EA; LI 025, 50 Ft of Fiber Cables to SAN, 6, EA; LI 026, Tivoli Storage Manager Extended Edition 10 PVU D56FELL, 20, EA; LI 027, Tivoli Storage Manager Storage Area Network 10 PVU D56FPLL, 20, EA; LI 028, Tape Library Hardware Upgrades, 1, EA; LI 029, TSM Reconfiguration and Testing, 1, EA; LI 030, IBM 10/100/1000 Ibase-TX Ethernet PCI-X A 5701, 3, EA; LI 031, 3Com Switch 5500G-EI PWR 24 Port Gigabit Ethernet Switch 3CR17252-91-US, 1, EA; LI 032, 50 Ft Ethernet Cables CAT 6, 3, EA; LI 033, 1 Visual Studio Team System 208 Development Edition withMSDN Premium, 1, EA; LI 034, UPTIME4 Monitoring Software for 4 AIX servers (12 CPUs), 12, EA; LI 035, Adobe Creative Suite 3+ Web Premium, 1, EA; LI 036, Weblog Expert Professional Server Licenses, 3, EA; LI 037, Statwin Enterprise Server Licenses, 3, EA; LI 038, Statwin Enterprise Workstation Licenses, 3, EA; LI 039, Tivoli Sysback 10 PVU D56FFL, 24, EA; LI 040, Installation Support for Tivoli Sysback 10 PVU D56FFL, 1, EA; LI 041, BMC Service Desk Express Suite Concurrent License LPN17.0.0.00, 8, EA; LI 042, Change Management Concurrent License LAU28.0.0.00, 4, EA; For this solicitation, GSA FTS Region 7 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. GSA FTS Region 7 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.) directly to %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Vendors / sales agents submitting bids MUST BE registered in ITSS (it-solutions.gsa.gov). If vendor registration assistance is needed contact 877.243.2889 Option 2. Contact: ClientServices@FedBid.com or call 877-933-3243 to address any questions or comments
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d1368ab9f3d69c41afbb59cc44d7d1f5&tab=core&_cview=1)
 
Place of Performance
Address: Santa Fe, NM 87507
Zip Code: 87507
 
Record
SN01549746-W 20080410/080408222810-d1368ab9f3d69c41afbb59cc44d7d1f5 (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.