Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
MODIFICATION

70 -- IT Support Equipment

Notice Date
8/5/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
101993A004_01
 
Response Due
7/30/2009
 
Archive Date
1/26/2010
 
Point of Contact
Name: Steven Haines, Title: Logistics Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 101993A004_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. 136368_01. NIH ECS III Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NIH ECS III contract. The contract 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 contract. 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. Open Market items will not be accepted as they are prohibited from NIH ECS III orders. Information regarding NIH ECS III contracts is available at http://nitaac.nih.gov/ecs3home.asp. The FedBid system will automatically calculate NIH ECS III 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 2009-07-30 18:00:00.0 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, HP Universal Rack 10642 G2 Shock Rack; Part Number: AF002A, 5, EA; LI 002, Factory Express Base Racking; Part Number: AF002A 001, 5, EA; LI 003, HP BLc7000 1PH Matrix Expansion Kit; Part Number: 507021-B21, 10, EA; LI 004, HP BL490c G6 CTO Blade; Part Number: 498357-B21, 221, EA; LI 005, HP E5540 BL490c G6 FIO Kit; Part Number: 509322-L21, 221, EA; LI 006, HP E5540 BL490c G6 Kit; Part Number: 509322-B21, 221, EA; LI 007, HP 4GB 2Rx4 PC3-10600R-9 Kit; Part Number: 500658-B21, 3978, EA; LI 008, HP 32GB 2.5 SATA SSD; Part Number: 461201-B21, 221, EA; LI 009, HP BLc QLogic QMH2562 8Gb FC HBA Opt; Part Number: 451871-B21, 221, EA; LI 010, c7000 Matrix Expansion Supp; Part Number: HA107A3 9K1, 10, EA; LI 011, BL4xxc Svr Bld HW Support; Part Number: HA104A3 7XE, 144, EA; LI 012, c7000 Matrix Expansion Supp; Part Number: HA104A3 9K1, 7, EA; LI 013, HP BLc7000 10K Rack Ship Brkt Opt Kit; Part Number: 433718-B21, 14, EA; LI 014, HP BLc Matrix Starter Component; Part Number:535888-B21, 3, EA; LI 015, HP BL Matrix SW FIO 16-Svr 24x7 Supp; Part Number: TB462A, 3, EA; LI 016, HP BL460c G6 E5540 6G 2P FIO Svr; Part Number: 570775-B21, 3, EA; LI 017, BLc Matrix Software Support; Part Number: HA107A3 9K2, 3, EA; LI 018, c7000 Enclosure HW Supp; Part Number: HA104A3 7FX, 2, EA; LI 019, HP 3PH 48A NA/JP Pwr Monitoring PDU; Part Number: AF916A, 8, EA; LI 020, HP 10K Rack Airflow Optimization Kit; Part Number: AF090A, 5, EA; LI 021, HP Rack Grounding Kit; Part Number: AF074A, 5, EA; LI 022, HP 10K G2 600W Stabilizer Kit; Part Number: AF062A, 5, EA; LI 023, HP 10642 G2 Sidepanel Kit; Part Number: AF054A, 5, EA; LI 024, HP BLc 3m 10-GbE CX4 Cable Opt; Part Number: 444477-B23, 3, EA; LI 025, HP BLc 1m 10-GbE CX4 Cable Opt; Part Number: 444477-B22, 10, EA; LI 026, HP Additional Tech Assist SVC; Part Number: HA334A1, 6, EA; LI 027, HP Implementation BLcMatrix StartKit SVC; Part Number: HA115A1 5NL, 3, EA; LI 028, Rack and Rack Options Installation; Part Number: HA113A1 5BY, 2, EA; LI 029, BL4xxc Svr Bld HW Support; Part Number: HG927A3 7XE, 80, EA; LI 030, c7000 Matrix Expansion Supp; Part Number: HG927A3 9K1, 3, EA; LI 031, c7000 Enclosure HW Supp; Part Number: HG927A3 7FX, 2, EA; LI 032, HP 24A HV Core Only Corded PDU; Part Number: 252663-D74, 6, EA; LI 033, HP BLc7000 CTO 3 IN LCD ROHS Encl; Part Number: 507019-B21, 1, EA; LI 034, HP BLc VC Flex-10 Enet Module Opt; Part Number: 455880-B21, 2, EA; LI 035, HP 2400W High Efficiency Power Supply; Part Number: 499243-B21, 3, EA; LI 036, HP BLc Encl Single Fan Option; Part Number: 412140-B21, 6, EA; LI 037, HP BLc7000 1 PH FIO Power Module Opt; Part Number: 413379-B21, 1, EA; LI 038, HP BLc VC 1Gb RJ-45 SFP Opt Kit; Part Number: 453154-B21, 140, EA; LI 039, HP 8Gb Shortwave B-series FC SFP+ 1 Pack; Part Number: AJ716A, 168, EA; LI 040, HP VIP BladeSystem Administration: c-Class training; Part Number: HE646S, 6, 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. The Justification and Approval on a brand name only basis is for the purchase of HP BladeSystem equipment. This is a new addition or new contract to expand the existing HP server infrastructure. The IRM IT Virtual Infrastructure is the core infrastructure used to provide ESOC services. The IT Virtual Infrastructure provides virtual servers to host customer systems, allowing the ESOC to consolidate customer systems from stand-alone servers into an efficient, highly available, centrally managed infrastructure. The IT Virtual Infrastructure also provides virtual servers used internally to host the ESOC infrastructure services (e.g. Active Directory, DHCP, backup, availability monitoring configuration management. As part of the Data Center Consolidation effort, the ESOC is modernizing the IT Virtual Infrastructure onto a higher density blade server environment. This High Density Computing environment is the modern data center platform approach for IT to meet the continuously growing business demands for faster and more powerful servers, services, and applications. High density computing includes the hardware with vast processing power in a small physical footprint. By consolidating numerous less powerful servers into a high-density solution, IRM can provide the increasing demand for services while also lowering Total Cost of Ownership. HP servers have long served as the ESOC core infrastructure. The current purchase is an extension of the existing infrastructure and is required to maintain consistency across sites to ensure the ability to centrally support the customer light-out ESOCs. This is in full compliance with our FISMA reporting responsibilities and the Presidents Management Agenda. 41USC 253(c )(1), FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. 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 requirement as a key component of the Departments IRM IT Virtual Infrastructure. This purchase is an extension of the investment already made in this brand name. this is not a completely new installation but builds upon existing infrastructure. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (http://www.recovery.gov) 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2009) (Alternate II Mar 2009) 52.214-26 Audit and Records-Sealed Bidding (Mar 2009)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101993A004_01/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520<br />
Zip Code: 20520<br />
 
Record
SN01900001-W 20090807/090806000657-1b52761407e6fbfdbf923da36c9f1d34 (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.