Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

70 -- DTP Upgrade Phase II

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, NW, Washington, DC 20415
 
ZIP Code
20415
 
Solicitation Number
OPM05108Q-0053
 
Response Due
9/16/2008
 
Archive Date
3/15/2009
 
Point of Contact
Name: Jason Whetsell, Title: Contract Specialist, Phone: 2026061087, Fax:
 
E-Mail Address
jason.whetsell@opm.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 OPM05108Q-0053 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 2005-26. 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 2008-09-16 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington,, DC 20415 The Office of Personnel Management requires the following items, Brand Name or Equal, to the following: LI 001, SERVER MODULE 1: 222-2933 "Dell ML6000 Expansion Module 9U (222-2933)", 1, EA; LI 002, 341-3705"4 Drives, Native Fibre ChannelLTO-3, 400/800GB (341-3705)", 1, EA; LI 003, 310-7346"4x2M Multi-Mode FC Cable LC-LC (310-7346)", 1, EA; LI 004, 310-3785"Premier Enterprise SupportService Gold Welcome Letter (310-3785), 1, EA; LI 005, 970-1192"GOLD Enterprise Support: 4 Hour 7x24 Onsite Service with Emergency Dispatch,2 YR Ext (970-1192)", 1, EA; LI 006, 970-1372"GOLD Enterprise Support: 7x24 Escalation Manager, Hw/Sw Tech Phone Support, Enterprise Command Center, 3Yr (970-1372)", 1, EA; LI 007, 970-7070"GOLD Enterprise Support: 4 Hour 7x24 Onsite Service with Emergency Dispatch,Init YR (970-7070)", 1, EA; LI 008, 984-3137"Dell Hardware Warranty Plus On Site Service Inital YR (984-3137)", 1, EA; LI 009, 984-3138"Dell Hardware Warranty, Extended Year(s) (984-3138)", 1, EA; LI 010, 987-2509"Installation of up to 2 components (i.e. DAE, Host, Switch, Storage Device, Array Software, Cluster) (987-2509)", 1, EA; LI 011, 310-8566"Redundant Power for ML6000 Expansion Module (310-8566)", 1, EA; LI 012, 310-8079"Slot Activation for Media Slot37-82 (310-8079)", 1, EA; LI 013, SERVER MODULE 2: 222-2933"Dell ML6000 Expansion Module 9U (222-2933)", 1, EA; LI 014, 341-3705"4 Drives, Native Fibre ChannelLTO-3, 400/800GB (341-3705)", 1, EA; LI 015, 310-7346"4x2M Multi-Mode FC Cable LC-LC (310-7346)", 1, EA; LI 016, 310-3785"Premier Enterprise SupportService Gold Welcome Letter (310-3785)", 1, EA; LI 017, 970-1192"GOLD Enterprise Support: 4 Hour 7x24 Onsite Service with Emergency Dispatch,2 YR Ext (970-1192)", 1, EA; LI 018, 970-1372"GOLD Enterprise Support: 7x24 Escalation Manager, Hw/Sw Tech Phone Support, Enterprise Command Center, 3Yr (970-1372)", 1, EA; LI 019, 970-7070"GOLD Enterprise Support: 4 Hour 7x24 Onsite Service with Emergency Dispatch,Init YR (970-7070)", 1, EA; LI 020, 984-3137"Dell Hardware Warranty Plus On Site Service Inital YR (984-3137)", 1, EA; LI 021, 984-3138"Dell Hardware Warranty, Extended Year(s) (984-3138)", 1, EA; LI 022, 987-2529"Installation of up to 2 components (i.e. DAE, Host, Switch, Storage Device, Array SW, Cluster) w/Coincidental Event (987-2529)", 1, EA; LI 023, 310-8566"Redundant Power for ML6000 Expansion Module (310-8566)", 1, EA; LI 024, 310-8079"Slot Activation for Media Slot37-82 (310-8079)", 1, EA; LI 025, 950-7727"Installation, PowerVault, Low, SAN Environment (950-7727)", 1, EA; LI 026, SERVER MEMORY: 311-63298GB 667MHz (2x4GB), Dual Ranked DIMMs, Customer Install (311-6329), 18, EA; LI 027, SERVER SOFTWARE: A0748599Win Vista Business English UPG D 66J-00654 (A0748599), 110, EA; LI 028, A0391061Windows XP Pro English CD Service Pack 2 Full Install N E85-02839 (A0391061), 1, EA; LI 029, SERVER SWITCHES: 222-8484Brocade 4900 32-48-64 Port FC4Switch (222-8484), 2, EA; LI 030, 310-9072Brocade Rack Rails for Brocade4900 FC Switch (310-9072), 2, EA; LI 031, 982-2492GOLD Enterprise Support: 4-Hour 7x24 Onsite Service with Emergency Dispatch,2 Year Extended (982-2492), 2, EA; LI 032, 982-2252GOLD Enterprise Support: 7x24 Escalation Manager, Hw/Sw Tech Phone Support, Enterprise Command Center, 3 Year (982-2552), 2, EA; LI 033, 982-5630"GOLD Enterprise Support: 4-Hour 7x24 Onsite Service with Emergency Dispatch,Initial Year (982-5630)", 2, EA; LI 034, 986-5447Dell Hardware Warranty Plus On Site Service Initial Year (986-5447), 2, EA; LI 035, 986-5448Dell Hardware Warranty Plus On Site Service, Extended (986-5448), 2, EA; LI 036, 420-6837Brocade 16 Port Upgrade License and SFPs (420-6837) - Quantity 2, 2, EA; LI 037, GATEWAY 1: ONS-2280-HA-1"ONStor(tm) Bobcat 2280 NAS Gateway High Availability Solution - 2 Nodes (Blue)(Two ONStor Bobcat 2200 Model 80 NAS Gateway with four Gigabit Ethernet ports, two 1 or 2Gbps Fibre Channel ports, two optical SFP transceivers with LC connector, two 10/100BTEthernet ports with RJ-45 connector, one RS-232 port with DB9 connector, two 512 MBCompact Flash cards, 8GB Data Cache Memory, Dual Redundant Power Supplies; twoONStor High Availability Software Licenses 2280; two 10-foot DB-9 Serial Cables; one 1-footRJ-45 (10/100BT) Crossover Cable; two ONStor Bobcat 2200 NAS Gateway HardwareInstallation Guides; two ONStor Bobcat 2200 NAS Gateway Cluster Configuration Guides; twoONStor EverON for 2200 Software and Documentation CDs and Software Licenses(including ONStor EverON Virtual Servers, ONStor EverON AutoGrow, ONStorEverON Snapshot, ONStor EverON FSQuota, ONStor EverON NAS ClusterManager); two ONStor EverON VirusScan Applet Software CDs and Software Licenses;ONStor CIFS Protocol Software License - 2280; ONStor CIFS Protocol Software License -2280 Clustered; ONStor NFS Protocol Software License - 2280; ONStor NFS Protocol", 1, EA; LI 038, SFP-CU1Gbps SFP (Small Form Pluggable) Copper Transceiver with RJ-45 Connector, 8, EA; LI 039, PC-8AC Power Cable, 2.0m/6.7ft (North America), 4, EA; LI 040, ONS-HW-RAILONStor 1U Slide Rail Kit, 2, EA; LI 041, ONS-SW-NDMP-2280ONStor EverON NDMP Software License for 2280, 1, EA; LI 042, ONS-SW-NDMP-2280-XONStor EverON NDMP Software License for 2280 Clustered, 1, EA; LI 043, SVC-SYS-WARR-2200"Standard ONStor(tm) System Warranty(3 years HW, 90 days SW support, 24x7 online ONStor ASSIST and phone support, nextbusiness day parts delivery)", 1, EA; LI 044, SVC-SW-WARR-2200"Standard ONStor(tm) Basic SW Support(90 days SW support, 24x7 online ONStor ASSIST and phone support)", 1, EA; LI 045, SVC-SYS-SW-E-1-2200"Annual ONStor(tm) System & Software Support Services - Enterprise(2 year, 24x7 online ONStor ASSIST and phone support, 4 hours parts replacement)", 2, EA; LI 046, PS-INSTL-HA-2280"Basic Installation Service (1 day during business hours) Basic installation of a single HAclustered pair of nodes at one location, M-F, 8 am 5 pm local time.", 1, EA; LI 047, GATEWAY 2: ONS-2280-HA-1"CONFIGURATION #21 ONS-2280-HA-1 ONStor(tm) Bobcat 2280 NAS Gateway High Availability Solution - 2 Nodes (Blue) $51,924.36(Two ONStor Bobcat 2200 Model 80 NAS Gateway with four Gigabit Ethernet ports, two 1 or 2Gbps Fibre Channel ports, two optical SFP transceivers with LC connector, two 10/100BTEthernet ports with RJ-45 connector, one RS-232 port with DB9 connector, two 512 MBCompact Flash cards, 8GB Data Cache Memory, Dual Redundant Power Supplies; twoONStor High Availability Software Licenses 2280; two 10-foot DB-9 Serial Cables; one 1-footRJ-45 (10/100BT) Crossover Cable; two ONStor Bobcat 2200 NAS Gateway HardwareInstallation Guides; two ONStor Bobcat 2200 NAS Gateway Cluster Configuration Guides; twoONStor EverON for 2200 Software and Documentation CDs and Software Licenses(including ONStor EverON Virtual Servers, ONStor EverON AutoGrow, ONStorEverON Snapshot, ONStor EverON FSQuota, ONStor EverON NAS ClusterManager); two ONStor EverON VirusScan Applet Software CDs and Software Licenses;ONStor CIFS Protocol Software License - 2280; ONStor CIFS Protocol Software License -2280 Clustered; ONStor NFS Protocol Software License - 2280; ONStor NFS Protocol", 1, EA; LI 048, SFP-CU1Gbps SFP (Small Form Pluggable) Copper Transceiver with RJ-45 Connector, 8, EA; LI 049, PC-8AC Power Cable, 2.0m/6.7ft (North America), 4, EA; LI 050, ONS-HW-RAILONStor 1U Slide Rail Kit, 2, EA; LI 051, SVC-SYS-WARR-2200"Standard ONStor(tm) System Warranty(3 years HW, 90 days SW support, 24x7 online ONStor ASSIST and phone support, nextbusiness day parts delivery)", 1, EA; LI 052, SVC-SYS-SW-E-1-2200"Annual ONStor(tm) System & Software Support Services - Enterprise(2 year, 24x7 online ONStor ASSIST and phone support, 4 hours parts replacement)", 2, EA; LI 053, PS-INSTL-HA-2280"Basic Installation Service (1 day during business hours) Basic installation of a single HAclustered pair of nodes at one location, M-F, 8 am 5 pm local time.", 1, EA; LI 054, SERVER BLADES: 412152-B22HP BLc7000 CTO 3 IN LCD Encl, 1, EA; LI 055, 447707-B21HP BL460c G1 Dvlss CTO Blade, 9, EA; LI 056, 435565-L21HP X5355 BL460c FIO Kit, 9, EA; LI 057, 435565-B21HP X5355 BL460C Kit, 9, EA; LI 058, 397415-B21HP 8GB DDR2 SDRAM Memory Module 8GB KIT 2X4GB FBD PC2-5300, 18, EA; LI 059, 447711-B21HP HDD Bkpln BL460c FIO Kit, 9, EA; LI 060, 431935-B21HP 72GB 15k 2.5 SAS HP SP HDD, 18, EA; LI 061, 403619-B21HP BLc QLogic QMH2462 FC HBA Opt Kit, 18, EA; LI 062, 405102-B21HP SA E200 64MB FIO Cache, 9, EA; LI 063, 410916-B21HP BLc Cisco 1GbE 3020 Switch Opt Kit, 2, EA; LI 064, AE371ABrocade BladeSystem 4/24 SAN Swt Powr Pk, 6, EA; LI 065, 412138-B21HP BLc7000 Encl Pwr Sply IEC320 Option, 6, EA; LI 066, 412140-B21HP BLc Encl Single Fan Option, 6, EA; LI 067, 412142-B21HP BLc7000 Encl Mgmt Module Option, 1, EA; LI 068, 413379-B21HP BLc7000 1 PH FIO Power Module Opt, 1, EA; LI 069, 417688-B23HP c-Class All FIO 16 Icm 1yr 24x7 Lic - Includes Select ILO, Integrated Control Environment, RDP, 1, EA; LI 070, 433718-B21HP BLc7000 10K Rack Ship Brkt Opt Kit, 1, EA; LI 071, UK066EHP 3y 4h 24x7 BL4xxc Svr Bld HW Support, 9, EA; LI 072, UE479EHP 3y 4h 24x7 c7000 Enclosure HW Supp, 1, EA; LI 073, AF054AHP 10642 G2 Sidepanel Kit, 1, EA; LI 074, JUNIPER FIREWALLS: SSG-140-SBSSG 140 System, 256 MB memory, 0 PIM cards, AC power, 2, EA; LI 075, JXU-8GE-TX-S8 Port Gigabit Ethernet 10/100/1000 Copper Universal PIM - Spare, 2, EA; For this solicitation, Office of Personnel Management 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. Office of Personnel Management 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 the point of contact in the FBO notice, 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). See Evaluation Criteria for additional information on delivery time. 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. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be considered in descending order of importance: 1.)Ability to meet specifications;2.)Delivery timeframe (Maximum of 30-days, but faster times will be considered);3.)Price;4.)Past Performance A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must comply with attached clauses, provisions, and instructions. Offerors should pay special attention to the instructions on pages 8 and 9.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=34ba1d98b888909f042a586d1df31560&tab=core&_cview=1)
 
Place of Performance
Address: Washington,, DC 20415<br />
Zip Code: 20415<br />
 
Record
SN01668692-W 20080914/080912221613-34ba1d98b888909f042a586d1df31560 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.