Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

D -- DELL EQUALLOGIC, M805, AND VMWARE

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W90EG591891002
 
Response Due
8/17/2009
 
Archive Date
10/16/2009
 
Point of Contact
A. Halim Toulas, 2535128319<br />
 
E-Mail Address
USPFO for Washington
(abdul.toulas@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Reference number W90EG591891002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is set aside for small business; the associated NAICS code is 423430 and small business size standard is 100 employees. The date, time and request for quote offers are due by: 1:00 P.M. local time on 17 Aug 09 to abdul.toulas@us.army.mil or kenneth.r.chapman@us.army.mil. This requirement is for the purchase of: CLIN 0001- DELL EQUALLOGIC 1 EACH Dell EqualLogic PS6000X, Mainstream Performance 10K SAS Drives (224-6601) 6.4 Terabyte capacity, 16 X 400GB 10K SAS, Dual Controller (341-9301) ProSupport for IT: 7x24 HW / SW Tech Support and Assistance for Certified IT Staff, 3 Year (993-1352) MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (994-0248) EqualLogic Advanced Software Warranty and Service: 7 x 24 Access, 3 Year (994-0259) Onsite INSTALLATION and CONFIGURATION of 1 PS system with up to 2 attached hosts (990-0688) CLIN 0002 - DELL M805 2X QUAD CORE OPTERON BLADE SERVER PROCESSOR(S)- Up to two Quad-Core AMD Opteron CHIPSET - NVIDIA MCP55 MEMORY - 16 sockets for support up to 128GB 24 sockets for support up to 192GB RAID CONTROLLER - SAS 6/ir (H/W based) with RAID 0/1 support CERC6/iR (RAID 0/1 w/Cache) HARD DRIVE OPTIONS 2 x 2.5inch hot-plug SAS or SATA drives NETWORK INTERFACE Four embedded Broadcom NetXtreme II 5709 Gigabit Ethernet NIC STANDARD INTERFACE Two USB 2.0 bootable ports on front panel for floppy, CD/DVD, memory key, keyboard/mouse I/O MEZZANINE CARDS - Four optional PCIe x8 Mezzanine Card Slots: Dual Port Broadcom 5709 Gigabit Ethernet w/ TOE Dual-Port Qlogic QME2472 4Gb Fibre Channel Dual-Port Emulex M Lpe1105 8Gb Fibre Channel Dual Port Mellanox ConnectX-MDI 4xDDR Infiniband 10Gb ethernet Dual Port FC8 Fully populated mezzanine card slots and switch modules will yield 3 highly available redundant I/O fabrics for each blade - ON-SITE INSTALLATION - SEE ATTACHMENT FOR SPECS CLIN 0003 VMWARE Vi3 ENTERPRISE -1 EACH VMWARE Vi3 Enterprise-2 Socket license includes ESXi and all Vi3 AGENTS LICENSE (A0688675), telephone support 24/7, on-site maintenance, and overnight parts delivery for items that do not need to be repaired by a service rep NOTE NO EQUALS AND PLEASE PROVIDE SPECS WITH YOUR BID SUBMISSIONS, ALL OR NOTHING. Delivery requirement: 30 days ARO, FOB Destination at Camp Murray, Tacoma WA. 98430. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. As prescribed in 9.108-5, insert the following provision: Prohibition on Contracting with Inverted Domestic Corporations--Representation (Jul 2009) (a) Definition. Inverted domestic corporation means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). (b) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (c) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price. "FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) (only for Air Guard Orders) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W90EG591891002/listing.html)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA<br />
Zip Code: 98430-5170<br />
 
Record
SN01905018-W 20090812/090810235709-9bf99b63511d50bf9b869c9d8de2b787 (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.