Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

70 -- HP Hardware for redundant blackberry solution at the DOL Disaster Recovery Site

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
10-0896-8214
 
Response Due
9/12/2008
 
Point of Contact
Isaac.Roper Charles,, Phone: 2026934576
 
E-Mail Address
RoperCharles.Isaac@dol.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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request 10-0896-8214/275818 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26.The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This acquisition is not set aside for small businesses. FOB shall be Destination. BRAND NAME JUSTIFICATION: HP is the only server solution that has been certified for use in the OASAM environment. The Government would incur substantial unplanned expense by conducting another review and certification process to locate and procure other hardware that meets the data center’s requirements, and is fully functional and operational in the ITC-OASAM data center. The government would incur substantial cost and risk by using hardware that has not been tested and certified for use within the ITC-OASAM data center. Substantial research and testing would have to be done to find another product that offers the same capability as HP in a server environment and to ensure that product’s compatibility with existing hardware and software components. In order for the government to be able to use another brand of server hardware, the entire ECB/DCN data center server system would have to be overhauled and replaced with another solution other than HP. The estimate was derived based on an analysis of competing server environments. The delay and mission impact resulting in the interrupt in service while the new solution is being implemented is estimated to be significant and would take many months. These costs justify a brand name only acquisition. All responsible Contractors shall provide a quote for the following (all part numbers are HP brand name and “or equals” will not be accepted): QuantityPart NumberDescription 1MMA1Mobile Monitor/Analyzer V 2.6 BES 1MMA2Mobile Monitor/Analyzer Maintenance 1XBB0-L-1Never fail Black Berry w/exch – Dual CPU 1XBB0-S-1Maintenance – Neverfail for BES-Exchange 1XBB4-S-1Maintenance – Neverfail for BES/Exchange 1XBB4-L-1Neverfail for Blackberry CAL Quantity 500 1CNS-IOnsite Installation (both applications) 2418315-001HP DL 380 Server (very limited supply) 4431958-B21146GB 10K HD SAS SFF 2.5LP 2U4545EMaintenance for DL 380 2452141-B21ILO Advanced PK 1 Svr Lic Shipping costs shall be included in line items and date of delivery shall be by NLT 30 days ARO. Place of delivery for acceptance and FOB point will be US DEPARTMENT OF LABOR, 200 CONSTITUTION AVENUE, NW, WASHINGTON, DC 20210 Point of Contact is Sharon Yates at OASAM. The following provisions apply to this acquisition: FAR 52.212-1 is supplemented per following addenda: “Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and overall total price; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.333-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252.2. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). The Government intends to evaluate offers and award without discussion to the lowest price technically acceptable. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by September 12, 2008 prior to the close of business Eastern Standard Time. Quotations shall be submitted via e-mail:RoperCharles.Isaac@dol.gov or fax to (202)693-4579 //SIGNED// Isaac V. Roper Charles Contract Specialist //SIGNED// Ronald Jordan Contracting Officer
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff68f56897e360bd510fe328391daf83&tab=core&_cview=1)
 
Place of Performance
Address: US DEPARTMENT OF LABOR, 200 CONSTITUTION AVENUE, NW, DC 20210, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN01664317-W 20080911/080909221617-ff68f56897e360bd510fe328391daf83 (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.