Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
MODIFICATION

70 -- Servers AV

Notice Date
5/15/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Ft Myer Drive, Rosslyn, VA 22004
 
ZIP Code
22004
 
Solicitation Number
1019933075_01
 
Response Due
5/15/2009
 
Archive Date
11/11/2009
 
Point of Contact
Name: Jeff Kurfees, Title: Contract Specialist, Phone: 7038756846, Fax:
 
E-Mail Address
kurfeesjt@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 1019933075_01. 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. 125043_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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 2009-05-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20547 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Configurable - HP Prolian DL380 G5 - Rack Server -391835-B21 Product - HP ProLiant DL380 G5 Server, 8, EA; LI 002, 484309-L21 Processor - Quad-Core Intel Xeon X5470 (3.33GHz,1333MHz FSB, 120W) Processor, 8, EA; LI 003, 484309-B21 2nd processor - Quad-Core Intel Xeon X5470 (3.33GHz, 1333MHz FSB, 120W) Processor, 8, EA; LI 004, 397415-16G Memory - HP 16GB Fully Buffered DIMM PC2-5300 4X4GB Memory, 8, EA; LI 005, 397415-16G Memory - HP 16GB Fully Buffered DIMM PC2-5300 4X4GB Memory, 8, EA; LI 006, 468723-B21 Microsoft Windows Operating Systems - Microsoft Windows 2008 Server, Enterprise Edition 25 CALs(DVD Required) (Not Installed), 8, EA; LI 007, 264007-B21 Multimedia drive - SlimLine DVD-ROM Drive (8x/24x)Option Kit, 8, EA; LI 008, 405162-B21-Storage controller - HP Smart Array P400/512 Controller - low profile, 8, EA; LI 009, 431958-B21 1st hard drive - HP 146GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive;, 8, EA; LI 010, 431958-B21-2nd hard drive - HP 146GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive;, 8, EA; LI 011, 431958-B21-3rd hard drive - HP 146GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive;, 8, EA; LI 012, 431958-B21-4th hard drive - HP 146GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive;, 8, EA; LI 013, 431958-B21 5th hard drive - HP 146GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive Power supply - HP 1000-W Hot-Plug Power Supply;, 8, EA; LI 014, 399771-B21-Redundant power supply - HP 1000-W Redundant Hot-Plug Power Supply (IEC) Redundant fan options - HP Redundant Hot-Plug Fans Network card - Embedded NC373i Multifunction Gigabit Network Adapter Server management - Integrated Lights Out 2 (iLO 2)Standard Management -Warranty - HP Standard Limited Warranty - 3 Years Parts and on-site Labor, Next Business Day, 8, EA; LI 015, ***Note***: To include Part Number U4547E, HP Care Pack, 1 year, 4 hours, 13x5, hardware ProLiant DL380, 8, EA; LI 016, Integration/Shipping, 1, 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 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) or 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. 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. 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. 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. Standard Management -Warranty - HP Standard Limited Warranty - 3 Years Parts and on-site Labor, Next Business Day ***Note***: To include Part Number U4547E, HP Care Pack, 1 year, 4 hours, 13x5, hardware ProLiant DL380 as priced Hewlett Packard (HP) equipment ahs been identified as a key component for anti-virus perimter/server support. HP equipment is required to provide compatible hardware configuration with existing Department of State's enterprise server equipment managemetn tools and standardize software configurations taht are comon to the Brand Name in support of video drivers, NIC drivers and compatible removable drive components. These are essential management tools in support of domestic and overseas post as it relates to anti-virus software. Teh 41 USC 253(c)(1), and FAR 6.302-1 are cited as the statutory authority. As this is a brand name only justification, no one contractor's unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the most cost effective means to meet teh AV perimeter support requirement. This is to inform all parties that the purchase of teh indicated items shall be used with unclassified applications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019933075_01/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20547<br />
Zip Code: 20547<br />
 
Record
SN01819573-W 20090517/090516161210-0e15f3ef90396028d7d7b5d7d162cf28 (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.