Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

70 -- Apple Enterprise

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Fort Myer Drive, Rosslyn, VA 20999
 
ZIP Code
20999
 
Solicitation Number
8614-806000_01
 
Response Due
8/5/2008
 
Archive Date
2/1/2009
 
Point of Contact
Name: Frederick Washington, Title: Contract Specialist, Phone: 7038756618, Fax:
 
E-Mail Address
washingtonfj@state.gov;
 
Small Business Set-Aside
N/A
 
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 8614-806000_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 unrestricted 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 2008-08-05 16:00:00.0 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, Brand Name or Equal, to the following: LI 001, Applecare Premium service and Support plan for Xserve-Auto Enroll S1686LL/A, 4, EA; LI 002, Applecare Premium Service and Support Plan for Xserve-Auto Enroll S1686LL/A, 1, EA; LI 003, Applecare Premium Service and Support Plan for Xserve-Auto Enroll S1686LL/A, 7, EA; LI 004, Xserve: 80GB Serial ATA ADM@ 7200-rpm065-7339, Accesory kit 065-6884, None (with PCI Express x16 riser) 065-7134, 8 GB (4 x 2GB) 065-7152, 80GB Serial ATA ADM @ 7200-rpm 065-7345, None (with PCI Express x8 riser) 065-6880, 80GB Serial ATA ADM @ 7200-rpm 065-6859, Dual 750W Power Supplies 065-6878, 8x SuperDrive DL 065-6861, ATI Radeon X1300 64MB SDRAM with VGA Adapter 065-6877, Rack Mounting Kit-Square Hole Rack 065-6882, Two 2.8 GHZ Quad-Core Intel Xeon (8-Core) 065-7772, On-board SATA/SAS Controller 065-7258, 4, EA; LI 005, Xserve:8GB (4 x 2GB) 065-7152, Accessory kit 065-6884, 1TB Serial ATA ADM @ 7200-rpm 065-7343, 1TB Serial ATA ADM @ 7200-rpm 065-7349, Dual-channel 4GB Fibre Channel card with PCI Express x8 riser 065-6865, Two 3.0GHz Quad-Core Intel Xeon (8-Core) 065-7255, On-board SATA/SAS Controller 065-7258, 8x SuperDrive DL 065-6861, ATI Radeon X1300 64MB SDRAM with VGA Adapter 065-6877, None( with PCI Express x16 riser) 065-7134, Dual 750W Power Supplies 065-6878, Rack Mounting Kit-Square Hole Rack 065-6882, 1TB Serial ATA ADM @ 7200-rpm 065-7256, 4, EA; LI 006, Xserve: Rack Mounting Kit-Square Hole Rack 065-6882, 80GB Serial ATA ADM @ 7200-rpm 065-7339, ATI Radeon X1300 64MB SDRAM with VGA Adapter 065-6877, On-board SATA/SAS Controller 065-7258, 80GB Serial ATA ADM @ 7200-rpm 065-7345, 8x SuperDrive DL 065-6861, 80GB Serial ATA ADM @ 7200-rpm 065-6859, Dual 750W Power Supplies 065-6878, Accessory Kit 065-6884, None (with PCI Express x16 riser) 065-7134, 4GB (4 x 1GB) 065-7151, Two 3.0GHz Quad-Core Intel Xeon (8-Core) 065-7255, Dual-Channel 4GB Fibre Channel card with PCI Express x8 riser 065-6865, 1, EA; LI 007, Applecare Service Parts Kit for Xserve MB086G/A, 1, EA; LI 008, Mac OS X Server Maintenance 36 Mths Unl. Client (Single Server) D2336Z/A, 9, EA; LI 009, Mac OS X Server Software Support-Select MB040ZM/B, 1, EA; LI 010, Promise VTrak E-Class 16x 750 SATA RAID Subsystem (12TB) TQ810LL/A, 1, EA; LI 011, Promise VTrak Subsystem Service Parts Kit TQ816LL/A, 1, EA; LI 012, Promise 750GB SATA Drive Module TQ814LL/A, 2, EA; LI 013, QLogic SANbox 5602Q 20-Port Fibre Channel Switch TQ179LL/A, 1, EA; LI 014, QLogic Rackmount Kit for SB5000 Switches TE084LL/A, 1, EA; LI 015, QLogic SB5000 Prime Service 1 Year TL258LL/A, 1, EA; LI 016, Exabyte Magnum 448 LTO-3 Fibre Tape Library, 19.2TB Native Capacity TK246LL/A, 1, EA; LI 017, Exabyte Magnum 448 LTO-3 (Ultrium) Fibre Channel Add-on Tape Drive TK575LL/A, 1, EA; LI 018, Exabyte 2-Year Warranty Extension for Magnum 448 TK580LL/A, 1, EA; LI 019, Imation LTO Ultrium 3 Tape Cartridges (20-pack) TN480LL/A, 1, PK; LI 020, 3Com Superstack3 3870, 48-Port 10/100/1000 Switch TA396LL/A, 1, EA; LI 021, APC NetShelter SX 48U Enclosure with Sides (Black) TJ080LL/A, 1, EA; LI 022, APC Smart-UPS 3000VA USB and Serial RM 2U 120V T7634LL/A, 4, EA; LI 023, APC SNMP Network Management Card T6077LL/A, 4, EA; LI 024, APC Netshelter Enclosure Hardware Kit-AR8100 T4949LL/A, 1, EA; LI 025, APC 17-inch Rackmount Keyboard Monitor Mouse TK653LL/A, 1, EA; LI 026, APC Power Distribution Unit, 14 Outlet, 0 U, AP9551 T4920LL/A, 4, EA; LI 027, CS Electronics Fiber Optic Cable-LC to LC, 5M T7713LL/A, 2, EA; LI 028, Finisar 4.125Gbps RoHS Compliant Short-Wavelength SFP Optical Trans TK720LL/A, 4, EA; LI 029, Apple Remote Desktop 3.2 (Unlimited Managed Systems) MB423Z/A, 2, EA; LI 030, Belkin RJ45 High-Performance Category 6 UTP Patch Cable (7 Ft., Black) TP321LL/A, 18, EA; LI 031, Enterprise Systems Consulting D3298LL/A, 15, EA; LI 032, Enterprise Services Expense D3307LL/A, 60, EA; LI 033, Custom Enterprise Services-Solution: Atempo Data Backup-Software:Time Navigator Server for Mac-single or bi-processor (1) L40SVMC, Time Navigator Agent for Mac OS (3) LTNFAMC01, Time Navigator Agent for Windows (1) LTNFAWS, Time Navigator Agent for Linux (1) LTNFALX, Tape Drive Connection for Mac OS Tier 3 (2) L40DRMCT3, Atempo Data Backup Support: Basic Services. 1 Year: Time Navigator Workgroup Pack for Mac OS (1) S40SVMCWP, Basic Services. 1 Year: Time NAvigator Agent for Mac OS (3) STNFAMC01, Basic Services. 1 Year: Time Navigator Agent for Windows (1) STNFAWS, Basic Services. 1 Year: Time Navigator Agent for Linux (1) STNFALX, Basic Services. 1 Year: Tape Drive Connection-Mac OS Tier 3 (2) S40DRMCT3, 1, EA; LI 034, Custom Enterprise Services-Casper Suite Solution D3638LL/A, 15, EA; LI 035, AES Consulting Architect-Atempo Certified D3296LL/A, 2, EA; LI 036, Enterprise Systems Consulting-Casper Suite Jumpstart, 5, 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. 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. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=292966324361bd5267796e24621f55d1&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN01629002-W 20080803/080801221856-292966324361bd5267796e24621f55d1 (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.