Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
MODIFICATION

D -- RECOVERY: Combined Synopsis/Solicitation for Dell High-End Computer Blades and Memory

Notice Date
8/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB134109RP0076
 
Archive Date
8/21/2009
 
Point of Contact
Sandra K. Shaffner, Phone: 301-975-3671, Joseph L. Widdup, Phone: (301) 975-6324
 
E-Mail Address
sandra.shaffner@nist.gov, joseph.widdup@nist.gov
(sandra.shaffner@nist.gov, joseph.widdup@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: Dell High-End Computer Blades and Memory RECOVERY: THIS ACQUISITION IS BEING FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009. NOTE THE AMENDED DESCRIPTION FOR ITEM NO. 0001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. FAR Subpart 13.5, Simplified Acquisition Procedures through Federal Acquisition Circular 2005-34 are being utilized for this acquisition. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ) number SB1341-09-RP-0076. This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-34. Offerors will be responsible for obtaining related amendments to this solicitation, if any, from www.fbo.gov. It is the responsibility of each potential offeror to monitor www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Sandra Shaffner at Sandra.shaffner@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contract email address and phone number. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a size standard of 100 employees. This acquisition cannot be conducted as a total small business set aside because there is no U. S. Small Business Administration (SBA) waiver to the non-manufacturer rule for NAICS code 423430. This requirement is being competed as an unrestricted full and open competition. Section 508 of the Rehabilitation Act of 1973, as Amended, does not apply to this acquisition because the items are located in an area only accessed infrequently by maintenance personnel. BRAND NAME JUSTIFICATION: NIST currently has a Dell M1000e enclosure and blades in ITL. By procuring Dell blades and enclosures under this acquisition, it would allow ITL IAD to use its existing Dell enclosure and blades as spares or as replacement parts. This would save valuable compute time if we were to lose a part due to a hardware failure. A Dell M1000e computer blade solution will reduce future operational costs and allows for flexibility in expanding computing capacity. The new Dell computer blades will decrease the processing time for the evaluations. The Dell blade enclosures will save valuable floor space in the labs while reducing the overall server and storage management and costs. The Dell M906 blade infrastructure will reduce the number of servers and storage systems required (the quad core, 2.3 GHz processors can replace two older tower computer systems and the new disk drives in the blades are lower power, enterprise class, hard drives), it maximizes the rack space, and it will reduce the heat buildup in the labs which saves on air conditioning costs. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The Following FAR provisions and clauses apply to this solicitation: 52.212-1, 52.212-3, 52.212-4, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1) and the following fill-ins in paragraph (b): 52.203-15 (see full text below), 52.204-11 (see full text below), 52.212-5 Alternate II, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. 52.203-15 WHISTLEBLOWER PROTECTIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (MAR 2009) (a) The Contractor shall post notice of employees rights and remedies for whistleblower protections provided under section 1553 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5). (b) The Contractor shall include the substance of this clause including this paragraph (b) in all subcontracts. 52.204-11 AMERICAN RECOVERY AND REINVESTMENT ACT—REPORTING REQUIREMENTS (MAR 2009) (a) Definitions. As used in this clause— “Contract”, as defined in FAR 2.101, means a mutually binding legal relationship obligating the seller to furnish the supplies or services (including construction) and the buyer to pay for them. It includes all types of commitments that obligate the Government to an expenditure of appropriated funds and that, except as otherwise authorized, are in writing. In addition to bilateral instruments, contracts include (but are not limited to) awards and notices of awards; job orders or task letters issued under basic ordering agreements; letter contracts; orders, such as purchase orders, under which the contract becomes effective by written acceptance or performance; and bilateral contract modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. 6301, et seq. For discussion of various types of contracts, see FAR Part 16. “First-tier subcontract” means a subcontract awarded directly by a Federal Government prime contractor whose contract is funded by the Recovery Act. “Jobs created” means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as “full-time equivalent” (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. “Jobs retained” means an estimate of those previously existing filled positions that are retained as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as “full-time equivalent” (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. “Total compensation” means the cash and noncash dollar value earned by the executive during the contractor’s past fiscal year of the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. Does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation. For example, severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property if the value for the executive exceeds $10,000. (b) This contract requires the contractor to provide products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. These reports will be made available to the public. (c) Reports from contractors for all work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to June 30, 2009, are due no later than July 10, 2009. Thereafter, reports shall be submitted no later than the 10th day after the end of each calendar quarter. (d) The Contractor shall report the following information, using the online reporting tool available at www.FederalReporting.gov. (1) The Government contract and order number, as applicable. (2) The amount of Recovery Act funds invoiced by the contractor for the reporting period. A cumulative amount from all the reports submitted for this action will be maintained by the government’s on-line reporting tool. (3) A list of all significant services performed or supplies delivered, including construction, for which the contractor invoiced in this calendar quarter. (4) Program or project title, if any. (5) A description of the overall purpose and expected outcomes or results of the contract, including significant deliverables and, if appropriate, associated units of measure. (6) An assessment of the contractor’s progress towards the completion of the overall purpose and expected outcomes or results of the contract (i.e., not started, less than 50 percent completed, completed 50 percent or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (7) A narrative description of the employment impact of work funded by the Recovery Act. This narrative should be cumulative for each calendar quarter and only address the impact on the contractor’s workforce. At a minimum, the contractor shall provide— (i) A brief description of the types of jobs created and jobs retained in the United States and outlying areas (see definition in FAR 2.101). This description may rely on job titles, broader labor categories, or the contractor’s existing practice for describing jobs as long as the terms used are widely understood and describe the general nature of the work; and (ii) An estimate of the number of jobs created and jobs retained by the prime contractor, in the United States and outlying areas. A job cannot be reported as both created and retained. (8) Names and total compensation of each of the five most highly compensated officers of the Contractor for the calendar year in which the contract is awarded if— (i) In the Contractor’s preceding fiscal year, the Contractor received— (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (9) For subcontracts valued at less than $25,000 or any subcontracts awarded to an individual, or subcontracts awarded to a subcontractor that in the previous tax year had gross income under $300,000, the Contractor shall only report the aggregate number of such first tier subcontracts awarded in the quarter and their aggregate total dollar amount. (10) For any first-tier subcontract funded in whole or in part under the Recovery Act, that is over $25,000 and not subject to reporting under paragraph 9, the contractor shall require the subcontractor to provide the information described in (i), (ix), (x), and (xi) below to the contractor for the purposes of the quarterly report. The contractor shall advise the subcontractor that the information will be made available to the public as required by section 1512 of the Recovery Act. The contractor shall provide detailed information on these first-tier subcontracts as follows: (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor’s parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) The applicable North American Industry Classification System (NAICS) code. (vi) Funding agency. (vii) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (viii) Subcontract number (the contract number assigned by the prime contractor). (ix) Subcontractor’s physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (x) Subcontract primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (xi) Names and total compensation of each of the subcontractor’s five most highly compensated officers, for the calendar year in which the subcontract is awarded if— (A) In the subcontractor’s preceding fiscal year, the subcontractor received— (1) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. This is an unrestricted competitive procurement for the following: Item No. 0001: Quantity: 4 each: Base Unit: Blade Server Enclosure, No Blades, M1000E, PowerEdge (223-3244); Service: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended (984-7982); ProSupport for IT: 7x24 HW / SW Tech Support and Assistance for Certified IT Staff, 3 Year (984-8172); Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year (985-3800); Dell Hardware Limited Warranty Plus On Site Service Extended Year(s) (989-0728); Dell Hardware Limited Warranty Plus On Site Service Initial Year (989-0747); MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (989-0788); Installation: ONSITE: Installation of a Dell Server, Storage or Peripheral Device, Blade Enclosure (989-0689); Misc: 24Amp, 208 Volt, High-Power Power Distribution Unit (PDU) (310-1878) - Quantity 2, High Efficiency M1000E Blade Chassis (430-2623); Users Guide, FC Pass-Through Module for M1000E Blade Server (310-9879); Redundant Chassis Management Controller, PowerEdge M1000E (311-7787); FLEX ADDRESS ENABLED (341-7140) Item No. 0002: Quantity: 32 each: Vizioncore vEssentials (vRangerPro, vFoglightPro vReplicator) 90-day evaluation (330-4185) Item No. 0003: Quantity: 32 each: VMware VI 3.5, VFN, 4 CPU - 3 Yr Support and Upgrade Subscription Only (420-9348) Item No. 0004: Quantity: 32 each: VMware VI 3.5, Foundation 4 CPU, License Only, 4YR, NFI (420-9547); Windows Server 2008 Enterprise Edition, 32 bit and64 bit Media Kit (420-8457); Users Guide, Qlogic QME2472 FC4 HBA for M1000E Series Blade Servers (310-9702); Users Guide, PowerEdge M-Series Blades (330-4117) Dell OpenManage CD Kit for PowerEdge M905 Blade Server (330-1360); Users Guide, PowerEdge M-Series Blades (330-4117); Dell OpenManage CD Kit for PowerEdge M1000E Blade Server Chassis (310-9694); Redundant GbE Pass-Through Modules, IO Bays 1+2, 3+4 or 5+6, M1000E (310-9704); Redundant FC Pass-Through Modules, IO Bays 3+4 or 5+6 M1000E (310-9706); Item No. 0005: Quantity: 8 each: No I/O Modules, (I/O Bay Filler Panels, M1000E Blade Server Chassis (310-9711); Documentation, SAS6/IR,English (310-9838); PowerEdge M-Series Blade Multipack Box Processor FamilyLabel, AMD (310-9953); DVD-ROM, 8x, External USB Black (313-4219); Rack Chassis w/Rapid Rails for Dell, HPQ or other Square HoleRacks (310-9689); VMware VirtualCenter 2.5 - 4YrSupport and Upgrade Subscription Only (420-9339); VMware VirtualCenter Version 2.5, License Only, NFI, 4 (420-9536); Avocent Integrated KVM Analog Switch Module, PowerEdge M1000E Chassis (430-2628); Item No. 0006: Quantity: 8 each: 24AMP, 208 Volt, High-Power Power Distribution Unit (PDU) (310-0146); Item No. 0007: Quantity: 12 each: Power Cords, Item No. 0008: Quantity: 8 each: 2FT C19/C20 for M1000E Server Blade Chassis (330-0146); Item No. 0009: Quantity: 32 each: Base Unit: M905 4x Quad Core Opteron 8376HE, 2.3Ghz, 4x512K Cache HyperTransport 1Ghz (224-5418); Memory: 192GB Memory, 24X8GB, 667MHz (311-8948); Hard Drive: 300GB 10K RPM Serial-Attach SCSI 3Gbps 2.5-in HotPlug Hard Drive (341-8503); Operating System: Windows Server 2003 Enterprise x64, Incl 25 CALS 2008 Media (421-0054); Mouse: Onboard Broadcom 5709 Quad Port GbE NIC, TOE and ISCSI (311-9740); NIC: Qlogic QME2472 4Gbps Fibre Channel I/O Card for M1000E-Series Blade Servers (430-2699); CD-ROM or DVD-ROM Drive: VMware VI3 ESX Classic Requires Media and License Selection (420-9689); Documentation Diskette: No Documentation (310-1972); Additional Storage Products: 300GB 10K RPM Serial-Attach SCSI 3Gbps 2.5-in HotPlug Hard Drive (341-8503); Software Disk Two: No Operating System Media Kit (420-1908); Feature: CERC6, RAID 1, 2 HDD attached to CERC6 Controller Daughtercard (341-7456); Service: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended (990-5182); ProSupport for IT: 7x24 HW / SW Tech Support and Assistance for Certified IT Staff, 3 Year (990-5372); Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year (990-7500); Dell Hardware Limited Warranty Plus On Site Service Initial Year (991-5957); Dell Hardware Limited Warranty Plus On Site Service Extended Year (991-6108); MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (991-9628); Installation: ONSITE: Installation of a Dell PowerEdge Server and Operating System, Blade (984-0979); Misc: No OpenManage CD Kit (330-1361). Item No. 0010: Quantity: 40 each: 8 GB 2 x 4 GB Memory Module Kit for PowerEdge 1955 Server (A2257180); Item No. 0011: Quantity: 8 each: 8 GB 2 x 4 GB Memory Module Kit for PowerEdge 1950 Server (A2257179); Item No. 0012: Quantity: 4 each: 16 GB 2 x 8 GB Memory Module Kit for Dell PowerEdge 2950 Server (A2257246); Item No. 0013: Quantity: 64 each: 16 GB 2 x 8 GB Memory Module Kit for Dell PowerEdge M600 Server (A2257247); Item No. 0014: Quantity: 4 each: 4 GB Memory Module for Dell PowerEdge 2850 Server - 2R (A0742800) Item No. 0015: Quantity: 80 each: 4 GB Memory Module for Dell PowerEdge 1855 Server (A0763340) Note: The offered solution need not be submitted in the line item structure set forth above, as long as all minimum requirements for all fifteen line items are met. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include— (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with minimum requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any expressed warranty; (5) FOB Destination-based firm-fixed-price for each item being offered and discount terms; (6) Evidence that the Offeror is authorized by Dell to sell the required items; and (7) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period of acceptance of Offers. The offeror agrees to hold the price in its offer firm for 30 calendar days from the dates specified for receipt of offers. Delivery date: 09/30/2009 Delivery shall be FOB DESTINATION. All quotations shall be submitted via email so that they are received at sandra.shaffner@nist.gov (with a courtesy copy to joseph.widdup@nist.gov) no later than August 8, 2009 at 1:00 p.m. EST. EVALUATION FACTORS FOR AWARD: The award will be made to the responsible Dell-authorized offeror whose quotation is deemed to represent the lowest price, and is technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134109RP0076/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01899141-W 20090806/090805000833-2dc4798539b7eed8aff935cfaad957d4 (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.