Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

70 -- NetApp Equipment

Notice Date
8/27/2008
 
Notice Type
Modification/Amendment
 
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
1019832271
 
Response Due
8/22/2008
 
Archive Date
2/18/2009
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 1019832271. 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. 81933_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 2008-08-22 11:00:00.0 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, Exact Match Only, to the following: LI 001, FAS3170A NETAPP SELECT, CFO, ISCSI, FCP, R5-40WURL; PART #FAS3170A-BNDL3-R5, 2, EA; LI 002, FAS3170, ACT-ACT, CHASIS, AC PS, -C,R5; PART #FAS3170A-CHASSIS-R5-C, 1, EA; LI 003, FCP WINDOWS HOST UTILITIES; PART #SW-FCP-WIN-HU, 1, EA; LI 004, NIC,2-PORT,GBE,LC,FIBER,PCLE,-C,R6; PART #X1038A-R6-C, 2, EA; LI 005, NIC,4-PORT,GBE,COPPER,PCLE,-C,R6; PART #X1049A-R6-C, 2, EA; LI 006, CABINET COMPONENT POWER CABLE, 48IN,-C,R6; PART #X1558A-R6-C, 16, EA; LI 007, HBA,FC,4-PORT,PCLE,4GB,-C,R6; PART#X2054B-R6-C, 4, EA; LI 008, LOOPBACK, OPTICAL, LC,-C,R6; PART#X6521-R6-C, 4, EA; LI 009, CABLE,PATCH,FC SFP TO SFP,0.5M,-C,R6; PART #X6530-R6-C, 8, EA; LI 010, SFP,OPTICAL,4.25GB,-C,R6; PART#X6539-R6-C, 8, EA; LI 011, CABLE,OPT,50U,2GHZ/KM,MM,LC/LC,2M,-C,R6; PART#X6553-R6-C, 12, EA; LI 012, STORAGE EQUIP CABINET,4PDU,30A,NEMA,-C,R6; PART#X8730B-R6-C, 1, EA; LI 013, MOUNTING BRACKET,TIE-DOWN,MULTIPLE,-C,R6; PART#X8773-R6-C, 2, EA; LI 014, DS14MK4 SHLF,ACPS,14X300GB,10K,ESH4,-C,R5; PART#X9400A-ESH4-R5-C, 8, EA; LI 015, SNAPMANGER FOR V1 SW,T5C,-C; PART #SW-T5C-SMVI-VMWARE-C, 2, EA; LI 016, NEARSTORE SOFTWARE, T5C,-C, 2, EA; LI 017, ASIS DEDUPLICATION SOFTWARE,T5C,-C, 2, EA; LI 018, BACKUPSW,FAS BUNDLE,T5C,-C - SNAPRESTORE, 2, EA; LI 019, DR SW BUNDLE,SQL,25 WINDOWS,T5C,-C,SM SQL,SNAPDRIVE/MPIO(25),SNAPMIRROR; PART #SW-T5C-SQL-DR-BNDL-25-C, 2, EA; LI 020, NFS SOFTWARE,T5C,-C; PART#SW-T5C-NFS-C, 2, EA; LI 021, CIFS SOFTWARE,T5C,-C; PART#SW-T5C-CIFS-C, 2, EA; LI 022, DOCUMENTS,31XX,-C, 1, EA; LI 023, SUPPORTEDGE STANDARD REPLACE 4HR,INSTALL - 48MONTHS; CS-A-INST-4R, 1, EA; LI 024, FAS2050,NETAPP SELECT,ZERO HDD,-C,R5; PART #FAS2050-NS-0-R5-C, 1, EA; LI 025, FAS2050A,NETAPP SELECT,R5; PART #FAS2050A-NS-R5, 2, EA; LI 026, FCP WINDOWS HOST UTILITIES; PART #SW-FCP-WIN-HU, 1, EA; LI 027, 48PT BROCADE 5300 FF FC 4GBPS,NSB,-C,R5; PART #X-5320-2004-R5-C, 2, EA; LI 028, HBA,FCP,TARGET,4-PORT,4GB,PCLE,-C,R6; PART #X1130A-R6-C, 2, EA; LI 029, CABINET COMPONENT POWER CABLE,48IN,-C,R6; PART #X1558A-R6-C, 10, EA; LI 030, TIE DOWN BRACKET,32-PORT FC SWITCH,-C,R6; PART #X1566A-R6-C, 2, EA; LI 031, CABLE,OPTICAL,PAIR,LC/LC,2M,-C,R6; PART #X6524-R6-C, 5, EA; LI 032, CABLE,PATCH,FC SFP TO SFP,0.5M,-C,R6; PART #X6530-R6-C, 2, EA; LI 033, SFP,OPTICAL,4.25GB,-C,R6; PART#X6539-R6-C, 10, EA; LI 034, STORAGE EQUIPMENT CABINET, 20A,-C,R6; PART #X871A-R6-C, 1, EA; LI 035, POWER CABLE,QTY4,CABINET,NEMA,20A,-C,R6; PART #X875A-R6-C, 1, EA; LI 036, MOUNTING BRACKET,TIE-DOWN,FAS20CC,-C,R6; PART#X8775-R6-C, 1, EA; LI 037, DS14MK4 SHLF,ACPS,14X300GB,10K,ESH4,-C,R5; PART#X9400A-ESH4-R5-C, 2, EA; LI 038, NFS SOFTWARE,T2C,-C, 2, EA; LI 039, SNAPMANAGER FOR VI SW,T2C,-C, 2, EA; LI 040, NEARSTORE SOFTWARE, T2C,-C, 2, EA; LI 041, A-SIS DEDUPLICATION SOFTWARE, T2C,-C, 2, EA; LI 042, BACKUP SW,FAS BUNDLE,T2C,-C, 2, EA; LI 043, DR SW BUNDLE,SQL,10 WINDOWS,T2C,-C, 2, EA; LI 044, ISCSI SOFTWARE, T2C,-C, 2, EA; LI 045, CIFS SOFTWARE, T2C,-C, 2, EA; LI 046, FCP SOFTWARE, T2C,-C, 2, EA; LI 047, DOCUMENTS, 2050,-C, 1, EA; LI 048, SUPPORTEDGE STANDARD REPLACE 4HR, INSTALL - 48 MONTHS, 1, EA; LI 049, BROCADE DCX DIRECTOR,BUNDLE,R5; PART #X1858-R5, 2, EA; LI 050, BRCD DCX 8G,48-PORT BLADE,W/48 SW SFP,R5; PART #X1864-R5, 2, EA; LI 051, BRCD DCX POWER SUPPLY, 2000W,R5; PART #X1872-R5, 4, EA; LI 052, BRCD DCX,NRTH AMERICA, PWR CRD,R6, 8, EA; LI 053, CABLE OPTICAL,50U,2000MHZ/KM/MM,LC/LC,5M,R6; PART #X6536-R6, 8, EA; LI 054, BRCD DCX,MID MOUNT RACK KIT, R5; PART #X1878-R5, 2, EA; LI 055, SUPPORTEDGE STANDARD REPLACE 4HR,INSTALL - 48 MONTHS, 2, EA; LI 056, STORAGE IMPLEMENTATION BASE RDS+,ZA; PART #PS-STOR-IMPL-BASE-RDSP-ZA, 1, EA; LI 057, STORAGE IMPLEMENTATION SAN ADD-ON RDS+,ZA; PART #PS-STOR-IMPL-SAN-RDSP-ZA, 1, EA; LI 058, VMWARE IMPLEMENTATION SERVICE; PART #PS-SOW-VMWARE-IMPL, 5000, 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) prior 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. 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. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") 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 Information Resource Management, Systems Integration Office (IRM/OPS/SIO). This Justification and Approval (J&A) on a brand name only basis is for the use of Network Appliance Storage System. The use of a brand name description is essential to the Governments requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company.IRM/OPS/SIO has identified the Network Appliance Storage System as a key component of the Departments SAN/NAS Infrastructure both domestic and abroad. The equipment listed above is required to enhance the existing Department of States enterprise storage and disaster recovery efforts based on existing Network Appliance devices Bureau wide through replication and SAN capabilities that requires two Network Appliance systems to carry out these functions. 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 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 Storage system. The Network Appliance Storage System has undergone test and assessment and received final approval from the Department of State IT Configuration Control BoardThe requirement will be competed as the IT community responds to price requests on FedBid.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e30f4239d4b84bc127019cf72996e720&tab=core&_cview=1)
 
Place of Performance
Address: WASHINGTON, DC 20520<br />
Zip Code: 20520<br />
 
Record
SN01652957-W 20080829/080827221809-e30f4239d4b84bc127019cf72996e720 (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.