Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

70 -- IBM Mainframe and Cisco Equipment

Notice Date
9/17/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Fort Myer Drive, Springfield, VA 21999
 
ZIP Code
21999
 
Solicitation Number
1019832299
 
Response Due
9/19/2008
 
Archive Date
3/18/2009
 
Point of Contact
Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
 
E-Mail Address
manninglr@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019832299. 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. 90642_02. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. 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 NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. 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 2008-09-19 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, IBM System z9 Business Class; part #2096-S07....Includes the following:, 1, EA; LI 002, IBM 9967 SITE TOOL KIT, 1, EA; LI 003, IBM 8987 14FT 250V 3PH CORD, 1, EA; LI 004, IBM 7867 INTEGRATED COUPLING FACILITY, 1, EA; LI 005, IBM 6094 17IN FLAT PANEL, 2, EA; LI 006, IBM 5854 N02 CAPACITY MARKER, 1, EA; LI 007, IBM 4954 2-WAY PROCESSOR N02, 1, EA; LI 008, IBM 3863 CPACF ENABLEMENT, 1, EA; LI 009, IBM 3366 OSA-EXPRESS2 1000BASE-T-E, 2, EA; LI 010, IBM 3364 OSA-EXPRESS2GBE LX, 2, EA; LI 011, IBM 3322 FICON EXPRESS4 SX, 2, EA; LI 012, IBM 3210 INTERNAL BATTERY, 1, EA; LI 013, IBM 3067 SUPPORT ELEMENT W/DUAL E, 2, EA; LI 014, IBM 2901 8GB LICCC ENABLED MEMORY, 1, EA; LI 015, IBM 2699 MEMORY AIRFLOW, 4, EA; LI 016, IBM 2324 ESCON CHANNEL PORT, 6, EA; LI 017, IBM 2323 16 PORT ESCON, 2, EA; LI 018, IBM 1502 2 GB MEMORY CARD, 4, EA; LI 019, IBM 1116 MODEL S07, 1, EA; LI 020, IBM 870 CRYPTO EXPRESS2-1P, 2, EA; LI 021, IBM 857 TKE 5.2 LIC, 1, EA; LI 022, IBM 839 TKE WORKSTATION, 1, EA; LI 023, IBM 325 STI-MP CARD DAUGHTER, 4, EA; LI 024, IBM 323 STI-A8 CARD MOTHER, 2, EA; LI 025, IBM 161 MBA FAN-OUT AIRFLOW, 6, EA; LI 026, IBM 160 FAN OUT CARD, 2, EA; LI 027, IBM 155 ORBIT CEC, 1, EA; LI 028, IBM 114 CARGO CAGE AIRFLOW CD, 20, EA; LI 029, IBM 89 SE-ETHERNET SWITCH, 1, EA; LI 030, IBM 84 HMC W/DUAL EN, 2, EA; LI 031, PRICING TO INCLUDE MAINTENANCE COVERAGE TO 5 YEARS, 1, LT; LI 032, IBM 2101-200 STORAGE SOLUTIONS SYSTEM, 1, EA; LI 033, IBM 9854 PWR CORDS, 1-PH NEMA L6-30, 1, EA; LI 034, IBM 9300 US ENGLISH, 1, EA; LI 035, IBM 9006 DS6800/DS6000 PRODUCTS INTEGRATED IN 2101-200 RACK, 2, EA; LI 036, IBM 7190 TWO - iPDUs, 1, EA; LI 037, IBM 1750-522 IBM TOTAL STORAGE DS6800 INCLUDES:, 1, EA; LI 038, IBM 9850 POWER CORD 125V/10A, GROUP #1, 1, EA; LI 039, IBM 9019 ENGLISH TRANSLATION MATERIALS, 1, EA; LI 040, IBM 5920 FICON ATTACHMENT, 1, EA; LI 041, IBM 5312 RMC-10TB, 1, EA; LI 042, IBM 5212 PTC - 10TB, 1, EA; LI 043, IBM 5012 OEL - 10TB, 1, EA; LI 044, IBM 2062 2GB-300GB 15K DRIVE SET, 4, EA; LI 045, IBM 1355 31M 50 MICRON LC-LC CABLE, 4, EA; LI 046, IBM 1320 SHORT WAVE SFP PAIR, 2, EA; LI 047, IBM 1211 MODEM COUNTRY GROUP M01, 1, EA; LI 048, IBM 800 INTEGRATE IN 2101-200 RACK, 1, EA; LI 049, IBM 603 3YR EXTENDED WARRANTY, 1, EA; LI 050, IBM EXTEND MAINTENANCE COVERAGE TO 5 YEARS, 1, LT; LI 051, IBM 2101-200 STORAGE SOLUTIONS SYSTEM, 1, EA; LI 052, IBM 9854 PWR CORDS, 1-PH NEMA L6-30, 1, EA; LI 053, IBM 9300 US ENGLISH, 1, EA; LI 054, IBM 9006 DS6800/DS6000 PRODUCTS INTEGRATED IN 2101-200 RACK, 2, EA; LI 055, IBM 7190 TWO - iPDUs, 1, EA; LI 056, IBM 1750-522 IBM TOTAL STORAGE DS6800; INCLUDES:, 1, EA; LI 057, IBM 9850 POWER CORD 125V/10A, GROUP #1, 1, EA; LI 058, IBM 9019 ENGLISH TRANSLATION MATERIALS, 1, EA; LI 059, IBM 5920 FICON ATTACHMENT, 1, EA; LI 060, IBM 5312 RMC-10TB, 1, EA; LI 061, IBM 5212 PTC - 10TB, 1, EA; LI 062, IBM 5012 OEL - 10TB, 1, EA; LI 063, IBM 2062 2GB-300GB 15K DRIVE SET, 4, EA; LI 064, IBM 1355 31M 50 MICRON LC-LC CABLE, 4, EA; LI 065, IBM 1320 SHORT WAVE SFP PAIR, 2, EA; LI 066, IBM 1211 MODEM COUNTRY GROUP M01, 1, EA; LI 067, IBM 800 INTEGRATE IN 2101-200 RACK, 1, EA; LI 068, IBM 603 3YR EXTENDED WARRANTY, 1, EA; LI 069, IBM EXTEND MAINTENANCE COVERAGE TO 5 YEARS, 1, LT; LI 070, IBM 2005-R18 IBM SYSTEM STORAGE SAN18B-R, 1, EA; LI 071, IBM 7579 R18 FCIP ACTIVATION, 1, EA; LI 072, IBM 7575 R18 PERFORMANCE BUNDLE - PLANT, 1, EA; LI 073, IBM 7574 R18 ADVANCED SECURITY ACTIVATION, 1, EA; LI 074, IBM 7530 FICON W/CUP ACTIVATION, 1, EA; LI 075, IBM 5625 FIBRE CABLE LC/LC 25M MULTIMODE, 18, EA; LI 076, IBM 2550 1GBE COPPER SFP TRANSCEIVER, 2, EA; LI 077, IBM 2130 QUAD RATE SW SFP TRANSCEIVER, 16, EA; LI 078, IBM 980 GSA AND/OR TITLE WITH US GOVERNMENT, 1, EA; LI 079, IBM 6942-25B WARRANTY SERVICE UPGRADE, 1, EA; LI 080, IBM 9759 2005-R18 24X7X4 WSU, 1, EA; LI 081, IBM 4524 WSU SAME DAY 24X7X4 RESPONSE, 1, EA; LI 082, IBM 6948-B06 SUPPORT LINE STORAGE FOR SAN INFRASTRUCTURE, 1, EA; LI 083, IBM 5805 EXTENDED COVERAGE 24X7, 1, EA; LI 084, TOTAL FOR COVERAGE TO 5 YEARS, 1, LT; LI 085, IBM 2005-R18 IBM SYSTEM STORAGE SAN18B-R, 1, EA; LI 086, IBM 7579 R18 FCIP ACTIVATION, 1, EA; LI 087, IBM 7575 R18 PERFORMANCE BUNDLE - PLANT, 1, EA; LI 088, IBM 7574 R18 ADVANCED SECURITY ACTIVATION, 1, EA; LI 089, IBM 7530 FICON W/CUP ACTIVATION, 1, EA; LI 090, IBM 5625 FIBRE CABLE LC/LC 25M MULTIMODE, 18, EA; LI 091, IBM 2550 1GBE COPPER SFP TRANSCEIVER, 2, EA; LI 092, IBM 2130 QUAD RATE SW SFP TRANSCEIVER, 16, EA; LI 093, IBM 980 GSA AND/OR TITLE WITH US GOVERNMENT, 1, EA; LI 094, IBM 6942-25B WARRANTY SERVICE UPGRADE, 1, EA; LI 095, IBM 9759 2005-R18 24X7X4 WSU, 1, EA; LI 096, IBM 4524 WSU SAME DAY 24X7X4 RESPONSE, 1, EA; LI 097, IBM 6948-B06 SUPPORT LINE STORAGE FOR SAN INFRASTRUCTURE, 1, EA; LI 098, IBM 5805 EXTENDED COVERAGE 24X7, 1, EA; LI 099, TOTAL FOR COVERAGE TO 5 YEARS, 1, LT; LI 100, CISCO 7206VXR WITH NPE-G2 INCLUDES 3GIGE/FE/E PORTS AND IP; PART #7206VXR/NPE-G2, 1, EA; LI 101, CISCO 7200 NPE-G2/7201 IOS IP BASE W/O CRYPTO; PART #S72PIPB-12404XD, 1, EA; LI 102, CISCO 7200 SERIES NPE-G2 ENGINE WITH 3 GE/FE/E PORTS; PART #NPE-G2, 1, EA; LI 103, CISCO 7200 SERIES NPE-G2 1GB MEMORY; PART # MEM-NPE-G2-1GB, 1, EA; LI 104, CISCO 7200 COMPACT FLASH DISK FOR NPE-G2,256MB; PART#MEM-NPE-G2-FLD256, 1, EA; LI 105, CISCO 7200 AC POWER SUPPLY OPTION; PART #PWR-7200, 1, EA; LI 106, CISCO 7200 REDUNDANT AC POWER SUPPLY OPTION (280W); PART #PWR-7200/2, 1, EA; LI 107, CISCO POWER CORD, 110V; PART #CAB-AC, 2, EA; LI 108, CISCO 2 PORT T3 SERIAL PORT ADAPTER ENHANCED; PART #PA-2T3+, 1, EA; LI 109, CISCO GIGABIT ETHERNET PORT ADAPTER; PART #PA-GE, 1, EA; LI 110, CISCO 1000BASE-SX SHORT WAVELENGTH GBIC (MULTIMODE ONLY) PART #WS-G5484=, 1, EA; LI 111, TOTAL COST FOR COVERAGE TO 5 YEARS, 1, LT; LI 112, CISCO 7206VXR WITH NPE-G2 INCLUDES 3GIGE/FE/E PORTS AND IP; PART #7206VXR/NPE-G2, 1, EA; LI 113, CISCO 7200 NPE-G2/7201 IOS IP BASE W/O CRYPTO; PART #S72PIPB-12404XD, 1, EA; LI 114, CISCO 7200 SERIES NPE-G2 ENGINE WITH 3 GE/FE/E PORTS; PART #NPE-G2, 1, EA; LI 115, CISCO 7200 SERIES NPE-G2 1GB MEMORY; PART # MEM-NPE-G2-1GB, 1, EA; LI 116, CISCO 7200 COMPACT FLASH DISK FOR NPE-G2,256MB; PART#MEM-NPE-G2-FLD256, 1, EA; LI 117, CISCO 7200 AC POWER SUPPLY OPTION; PART #PWR-7200, 1, EA; LI 118, CISCO 7200 REDUNDANT AC POWER SUPPLY OPTION (280W); PART #PWR-7200/2, 1, EA; LI 119, CISCO POWER CORD, 110V; PART #CAB-AC, 2, EA; LI 120, CISCO 2 PORT T3 SERIAL PORT ADAPTER ENHANCED; PART #PA-2T3+, 1, EA; LI 121, CISCO GIGABIT ETHERNET PORT ADAPTER; PART #PA-GE, 1, EA; LI 122, CISCO 1000BASE-SX SHORT WAVELENGTH GBIC (MULTIMODE ONLY) PART #WS-G5484=, 1, EA; LI 123, TOTAL COST FOR COVERAGE TO 5 YEARS, 1, LT; LI 124, FEATURE TO BE ADDED TO GOVERNMENT OWNED EQUIPMENT AND MUST BE COMPLETED BY AN IBM QUALIFIED ENGINEER: 2064-102 2 WAY Z900 PROCESSOR SERIAL # 001871A FICON PORTS, 4, 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products, and NO "gray market" Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (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. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. 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 IBM and CISCO equipment. The use of a brand name description is essential to the Governments requirements, for Department of States continued support of the payroll/retirement systems, thereby precluding consideration of the products of another company. IRM/OPS/SIO has identified the required hardware [an IBM z9 Business Class (BC) Mainframe (2096-N02 processor model series), two (2) IBM DS6800 SANS, two (2) IBM SAN19B-R routers, and two (2) CISCO MDS 922i switch devices] as a key requirement for the Departments continued use/operation of its payroll and retirement software applications. The equipment listed above is required to maintain the existing Department of States software applications, which is based on the IBM operating software that is needed in order 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 continued use/operation of its payroll and retirement systems, which must run on the IBM operating software that is needed in order to carry out these functions. The requirement will be competed as the IT community response to price requests on FedBid. IRM/OPS/SIO has identified the IBM z9 BC Mainframe, SANS array, SAN router, and Cisco equipment as key components of the Departments Enterprise Operations Center (EOC). Equipment listed above is required for continued support/maintenance of the departments core business functions (payroll, retirement), based on compatibility with existing hardware, which has reached end-of-life and is no longer maintainable by the hardware vendor (IBM).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c37343e5c9e14fb50d74b6e00a21da5f&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC 20520<br />
Zip Code: 20520<br />
 
Record
SN01674020-W 20080919/080917222558-c37343e5c9e14fb50d74b6e00a21da5f (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.