Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

70 -- SMART Servers

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019832210_01
 
Response Due
6/26/2008
 
Archive Date
12/23/2008
 
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 1019832210_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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 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 2008-06-26 15:30:00.0 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 & Integrated SMART Server 3 HP DL580R05 CTO Chassis. Part Number: 452291-B21 Fully Configured & Integrated SMART Server 3 (stand alone) HP DL580R05 CTO Chassis to include: 1 each 452291-B21 HP DL580R05 CTO Chassis 1 each 438091-L21 QUAD-CORE INTEL XEON E7330 PROC 3 each 438091-B21 QUAD-CORE INTEL XEON E7330 PROC KIT 3 each 397413-B21 HP 4GB FBD PC2-5300 2X2GB KIT 1 each 452179-B21 HP DL580G5 MEMORY BOARD 2 each 375861-B21 HP 72GB 10K SAS 2.5 HOT PLUG HARD DRIVE 4 each 431958-B21 HP 146GB 10K SAS 2.5 HOT PLUG HARD DRIVE 1 each 264007-B21 SLIM 8X/24X DVD-ROM DRIVE 1 each 405148-B21 512MB BATTERY-BACKED WRITE CACHE UPGRADE 2 each 412648-B21 HP NC360T PCIE DP GIGABIT SERVER ADAPTER 1 each AE312A HP FC 1242SR 4GB PCI-E DC HBA 1 each 437572-B21 HP 1200W 12V HOTPLUG AC POWER ADAPTER 4 each 227099-001 HP 15A 125V 15P 12FT US POWER CORD, 2, EA; LI 002, HP 2GB FBD PC2-5300 2x1GB KIT. Part Number: 397411-B21, 40, EA; LI 003, HP 4GB REG PC2-3200 2x2GB DDR Memory. Part Number: 343057-B21, 36, EA; LI 004, HP 4GB FBD PC2-5300 2x2GB Kit. Part Number: 397413-B21, 15, 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 Should Sellers require contact with a DOS Representative, please contact Harry Lundy at LundyHE@State.gov or 703-875-6014. 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. Past performance, earn-valued, and ability to delivery within GITM s time constraints are factors in determining awardee. 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 a major component, shipping documents must account for the individual items shipped within the major component. Purchase Order Number (1019-number) must be clearly printed on all boxes PMA Lab Configuration Control Number (if applicable) must be clearly printed on all boxes Part number with barcode must be clearly printed on container Serial number with barcode must be clear printed on container (if applicable) If equipment is modified, a new Part Number must be assigned and bar-coded on the container. If equipment is modified, the original Part Number and barcode should not be covered on the container. If a new Serial Number is assigned, it must be bar-coded on the container. 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. PMA Lab configuration control numbers for approved configurations will be assigned. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department of State and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. GITM does NOT allow use of third party components in configurations. Random QA will be performed. If it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the Department of State. The infraction will be recorded in the Vendor s Performance file. 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 within 30 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. Provide OEM Tier 2 or higher contact information for customer technical engineering group Provide contact information for expedited OEM repair/return support on warranty items that have been identified as defective by the customer. Provide a listing and contact information of OEM s regional worldwide support centers for warranty support. Vendor will provide a written escalation process upon award to include the following information: Sales Contacts: both Field and inside Sales Management Contacts Customer Support Reps and their Management to include: Customer Service Representative Warranty Liaison Representative Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. Description of Items: The IRM/SMART Program recommends a brand name procurement of the following equipment: Part Number Description 452291-B21 - SMART Server 3 Fully Configured & Integrated HP DL 580G5 server to include: 1 each 452291-B21 HP DL580R05 CTO Chassis 1 each 438091-L21 Quad-Core Intel Xeon E7330 Proc (2.4GHz, 2x3M cache, 80W) 3 each 438091-B21 Quad-Core Intel Xeon E7330 Proc (2.4GHz, 2x3M cache, 80W) Kit 3 each 397413-B21 HP 4GB FBD PC2-5300 2x2GB Kit 1 each 452179-B21 HP DL580G5 Memory Board 2 each 375861-B21 HP 72GB 10K SAS 2.5 Hot Plug Hard Drive 4 each 431958-B21 HP 146GB 10K SAS 2.5 Hot Plug Hard Drive 1 each 264007-B21 HP Slim 8X/24X DVD-ROM Drive 1 each 405148-B21 512MB Battery-backed write cache upgrade 2 each 412648-B21 HP NC360T PCIe Dp Gigabit Server Adapter 1 each AE312A HP FC1242SR 4 GB PCI-E DC HBA 1 each 437572-B21 HP 1200W 12V Hotplug AC Power Supply 4 each 227099-001 HP 15A 125V 15P 12ft US Power Cord 1 each 397411-B21 HP 2GB FBD PC2-5300 2x1GB Kit 1 each 343057-B21 HP 4GB REG PC2-3200 2x2GB DDR Memory 1 each 397413-B21 HP 4GB FBD PC2-5300 2x2GB Kit 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 Departments 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 Departments 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 contractors 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 Departments requirements as a key component of the Departments 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. This acquisition will be advertised on FedBid, a reverse auction site. Pallet height not to exceed 60-inches. Wrapped pallet dimensions: 40x48x60 All pallets must be marked with the purchase order number (1019-number) 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. 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 may be refused at the door. Purchase Order number (1019-number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Purchase Order Number (1019-number) Packing slips/Bill of Lading must contain pallet and box count. Shipping Address: o U.S. Department of State o c/o ManTech o 8020 Grainger Ct., Springfield, VA 22153 A)Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via Hewlett Packard authorized channels for new equipment Federal sales. D) Full Hewlett Packard warranties will be provided and none of these products will have a negative impact on the warranties of associated system components.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd7e4b0874bad51a26560e4ed6539f36&tab=core&_cview=1)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN01599842-W 20080626/080624220015-cd7e4b0874bad51a26560e4ed6539f36 (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.