Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

70 -- SUO Servers

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
Contracting Office
U.S. 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
1019930223-M001
 
Response Due
8/5/2009
 
Archive Date
2/1/2010
 
Point of Contact
Name: Harry Lundy, Title: Contracting Officer, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019930223-M001. 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. 138232. 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 2009-08-05 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, GITM Fully Configured HP DL360-G6 Server.P/N: 484184-B21. [EXACT MATCH]Rack Units1U rack-mounted chassis; must not exceed a depth of 28 inchesMountingRack-mount tool-less rail kit for use with standard 19 inch rack; DL 36X based or equivalent, extendable cable management arm and must support weight of a full set of standard cables within a 1U plane.ProcessorTwo (2) Quad Core Intel E5540 @ 2.53 GHz or equivalent; No more than 80 Watts. The vendor must provide testing data to validate power consumption and performance for any equivalent processors.Memory4GB RAM Installed, Initial support for 4GB PC3-PC8500R DDR3 Registered (RDIMM) up to 144GB max; must provide Advanced ECC, Online Spare, Mirroring, and 4-way interleavingSecurityMust provide option for Trusted Platform Module Expansion Slots1 x full-length x16 PCI Express Gen 2 1 x low-profile x8 PCI Express Gen 2 optional PCI-e and PCI-x risermodules cannot change the server profile (height, depth, or width)External InterfaceMust support HBA for external (SAS) LTO4 system listed as a separate line itemRAID ControllerSMART Array P410i Array controller with 256 MB Battery-Backed Write Cache (BBWC) or equivalent; must be expandable to 512 MB; must support RAID 0/1/5/6Drive BaysMust have a minimum of 6 bays and support up to 8 X 2.5 SFF hot plug drive bays accessible from the front of the server.Hard drivesMust be able to support capacity up to 2.4TB SAS @ 10K RPMMust support up to 300 GB 2.5 inch SAS 10,000 RPM hard drives; hot swappableMedia DrivesSlimline, 24X EIDE/ATAPI/USB DVD-RW/DVD-ROM combo driveNetworkEmbedded Dual port 10/100/1000 Mbps Ethernet controller; support for IPv6; TCP/IP offload engineVideoIntegrated ATI ES1000, 32MB video or equivalentMust support 16bit color at 1600 X 1200 resolutionMust support 32bit color at 1280 X 1024 resolutionPhysical Error DisplayThe server must have an error display on the front of the device that can simultaneously display the status of the CPUs, Fans, RAM, and Power Supplies and can be interpreted without the use of documentationTroubleshootingMust provide a bootable media diagnostic utility with each serverPortsTwo (2) 15-pin video interface connectors; 1 Front, and 1 Rear One (1) RS-232 DB9 serial port; At least four (4) USB 2.0 ports - 1 front, 1 internal, and 2 rearOne (1) iLO 2out of band management or equivalent portOne Secure Digital slot (SD)Two (2) PS2 ports (Keyboard, Mouse)Cooling FansAll cooling fans must be field-replaceable; Must meet N + 1 redundancyPowerDual hot swappable power supplies; Auto switching and auto-sensing 110 V/60 Hz to 220 V/50 Hz power supplies with redundant, auto failover (must support a fully populated server); must provide ability to set/limit power usage without risk, performance degradation, or circuit over-subscription; scalability in power supplies (tuned to be most efficient with installed components), 697, EA; LI 002, ***[LINE ITEM 1 CONTINUED]***FCC Class A certified power supplies; UL/CE certified power supplies;Power CordSingle power cord for each power supply - 8ft; NEMA 5-15; No Y adapters allowedManageability All Advanced features (simplified server setup, health monitoring and recovery, power and thermal control, and remote administration) must be completely manageable from HP SIM Must provide a unit identification light that can be activated via the OS or by a physical button. Must be able to view and activate from the front and back of the server Must track thermal activity across the server and automatically adjust system components such as fans, memory and I/O processing to optimize system cooling and increase efficiency.Warranty 3-year OEM worldwide coverage including parts and labor on all components; extended warranty support shall be quoted as a separately priced option Vendor pickup and delivery at customer-specified domestic locations for warranty returns or DOAs within 72 hours provided at vendor expense; Repaired units must be received within 30 days. Significant presence in the International Market for OEM Parts and Warranty Support Vendor must provide contact information for OEM s domestic and international regional worldwide warranty support centers. Advance replacement of complete server or KVM units or subcomponents of either shall be quoted as a separately priced option. There may be up to 120-day lead-time for retuning defective items from customer. If award is made to a value-added reseller, the reseller will liaise with the OEM for any warranty repairs/ concerns. Vendor must provide contact information for expedited OEM repair/return support on warranty items that have been identified as defective by the customer. Support for warranty repair of products without hard drives or memory Vendor must provide OEM Tier 2 or higher contact information for customer engineering group. Demonstrated ability to respond rapidly and effectively to worldwide product recalls. Hard drive retention should be quoted as a separately priced option.OS SupportMust support MS Windows 2003 R2 Server Standard & Enterprise OS, Windows 2008 Server, and VMware Infrastructure 3.5 and 4.0; must also support 32/64-bit drivers for MS Windows 2003 & 2008; a CD containing all drivers required for the supported Operating Systems must be includedConformanceTAA compliant. Server includes HP DL360G6 SFF HD Backplane Kit Option (Part Number 516966-B21) installed in the Server to support Server capacity of up to eight (8) Hard Drives. [BRAND NAME OR EQUAL], 697, EA; LI 003, Cable Management Arm DL360 (2 per box)*Must be packaged in the same container as the Server(Line item 1)P/N: 365403-B21[BRAND NAME OR EQUAL], 349, EA; LI 004, HP/Compaq 146 GB Hard Drive, 10K, SAS 2.5, Hot-Plug P/N: 418367-B21. [EXACT MATCH] Serial number list must be included upon delivery., 2938, EA; LI 005, KVM Console. For use with HP DL360G6 Server (Line item 1). MonitorIntegrated, 17 inch LCD active TFT flat panel display; 1280 X 1024 resolution (or better)AudioNo audio permittedPointing DeviceIntegrated Pointer device with buttons available below the device (no track balls)KeyboardIntegrated Standard - US 101/102- key keyboard Ability to switch connections from the console using the keys on the console keyboardRack unitsMaximum 1 RUMountingSquare-hole rack-mount rail kit for use with standard 19 inch rackPowerAuto Switching; auto-sensing 110V/60 Hz to 220V/50 Hz power supplyPower Cord8ft cord with a NEMA 5-15 plugWarrantySame terms as server warranty aboveSupportMust be provided by OEM server vendorConformanceTAA compliant.[BRAND NAME OR EQUAL], 240, EA; LI 006, KVM Switch Interface Adapter w/CAT5e Cables (6 Foot) 8-Pack.Compatibility PC Model PS/2 Interface adapter Packaged Quantity (for specs) 8x1; must supply enough connectors to support an 8 port switch Connector Type RJ-45 Gender Female Type Network Connector Type 6 pin mini-DIN (PS/2 style) Gender Male Interface Generic Type Keyboard, Mouse Connector Type 15 pin HD D-Sub (HD-15) Interface VGA Type Display/Video Connectivity Technology Wired Form Factor External Conformity TAA Compliant. [BRAND NAME OR EQUAL], 51, EA; LI 007, KVM Switch.Capacity Minimum 16-port keyboard, video, and mouse (KVM) server console switch. Multiple KVM switches must be capable of being interconnected to support a single KVM Console. Interface Keyboard and mouse interfaces must match servers Compatibility Must be able to interface with either USB or PS/2 devices Rack Units Maximum 1 RU; rack-mountable behind the KVM Console Mounting Square-hole rack-mount rail kit for use with standard 19 inch rack Power Auto Switching; auto-sensing 110V/60 Hz to 220V/50 Hz power supply; Power Cord 8ft cord with a NEMA 5-15 plug; Warranty Same terms as server warranty above Support Must be provided by OEM server vendor Conformance TAA compliant. [BRAND NAME OR EQUAL], 183, EA; LI 008, HP 300 GB Hard Drive, 10K, SAS 2.5, Hot-PlugP/N: 492620-B21. [EXACT MATCH] Serial number list must be included upon delivery., 120, EA; LI 009, Ultrium LTO-4 Tape Cartridge with Case.[BRAND NAME OR EQUAL], 48, EA; LI 010, HP External DVD-ROM drive, Hi-Speed USB, Part Number FS943AA#ABA (This item must be packed in the same box as the HP Server). [BRAND NAME OR EQUAL], 697, EA; LI 011, HP Care Pack, Next Business Day, Hardware Support with Defective Media (Disk Retention) for Proliant Servers; Part Number UK630E. [BRAND NAME OR EQUAL], 697, 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. 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.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (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. 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. 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. 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.") For the following is required prior to receipt of equipment:Line item 25: HP DL360G6 ServerLine item 3: HP 146GB HD (serial numbers only)Line item 4: KVM ConsoleLine item 6: KVM SwitchLine item7: HP 300GB HD (serial numbers only)- Line Item Comments: E-SCORE:At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. The E-Score Master may be obtained by calling Dawn Cavallo at (703-970-2117). Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred. Upon award please contact Dawn Cavallo (703-970-2117) to arrange for delivery within ten (10) calendar days of award two (2) of each awarded configuration to the GITM Lab for QA, Compliance, and Image Test. Each piece of equipment must have an RFID tag RFID tag not to exceed 1.5-inch by 1.5-inch. RFID tags must meet current DoD standards as stated in Department of Defense Suppliers Passive RFID Information Guide. For more information see DoD link http://www.acq.osd.mil/log/rfid/DoD_Suppliers_Passive_RFID_Information_Guide_v9.pdf Each pallet must contain a Master Tag The Master Tag will identify each piece of equipment listed on the pallet Master tag must meet DoD standard A human readable tag not to exceed 3-inch by 3-inch must contain the following information: Vendor Name 800-phone Number Vendor Website Model Number Serial Number Warranty Expiration Date Requisition Number Bar Coded Requisition Number Statement to read: Repair, Return, and/or Disposal information is available at the Office of LAN/WAN Services intranet site: lws.irm.state.gov Weight is a consideration for all items due to government shipping related costs. Shipping hours are 7:00 AM 3:00 PM, Monday thru Wednesday Driver must call Robert Hall (703-970-2123) for Dock Appointment prior to delivery of shipment. Shipments without Dock appointments may be refused at the door. Obligation number (1019-number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Purchase Order Number (1019-number) Packing slips/Bill of Lading must contain pallet and box count. Springfield, VA 22153 Software licenses and key codes to sent to Dawn Cavallo at CavalloDM@state.gov (703-970-2117) via email (including 1019-number in subject line). Pallet height not to exceed 62-inches. Wrapped pallet dimensions: 40x48x62 All pallets must be marked with the requisition order number (1019-number) Pallets must be wood, with standard 3-stringer construction, with 4-way entry. Pallet size should be 40" X 48" with 48" being the stringer length. All boxes and containers must be clearly marked with the requisition reference number found in Block 4, of DoS Form 347, Order for Suppliers and Services. Shipping documents will clearly list each item and the quantity shipped as contained within boxes or containers. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. Requisition Number (1019-number) must be clearly printed on all boxes Part number with barcode must be clearly printed on container Serial number with barcode must be clear printed on container (if applicable) If equipment is modified, a new Part Number must be assigned and bar-coded on the container. If equipment is modified, the original Part Number and barcode should not be covered on the container. If a new Serial Number is assigned, it must be bar-coded on the container. The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. Items received must adhere to the configuration as submitted and approved by the PMA Lab. PMA Lab configuration control numbers for approved configurations will be assigned. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department of State and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. GITM does NOT allow use of third party components in configurations. Random QA will be performed. If it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the Department of State. The infraction will be recorded in the Vendor s Performance file. World wide manufacturer warranty for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 3 business days of notification Repaired units must be returned to GITM within 30 days. 120-Day Lead-time for retuning a defective item from post. If award is made to a value-add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. Vendor will provide a written escalation process upon award to include the following information: Sales Contacts: both Field and inside Sales Management Contacts Customer Support Reps and their Management to include: Customer Service Representative Warranty Liaison Representative Integration RepresentativePlease provide name, phone, email, and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. For part numbers: 484184-B21, 418367-B21, 492620-B21. The Hewlett Packard equipment listed above has been identified as key components of the Department of State infrastructure. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment confli -- Please refer to FedBid for complete list of contract requirement(s) and terms and conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019930223-M001/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153<br />
Zip Code: 22153<br />
 
Record
SN01896659-W 20090805/090803235054-e56befef275d1fde8b23e221a2e83f4c (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.