Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

70 -- Hardware Common CM and test

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 761st Tank Bat. Ave Room W103, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W45CMJ92332002
 
Response Due
9/12/2009
 
Archive Date
3/11/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W45CMJ92332002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT HOOD, TX 76544 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, Network Infrastructure. Provides seamless integration of a virtual environment, specifically the virtual network components, with their physical network equivalents. Using the Cisco Nexus series (Unified Fabric), the management of these two network elements is merged into a single management interface. Further, the term "Unified Fabric" refers to convergence of multiple fabrics into a single backbone. The Cisco Nexus line of switches allows Gig-E, 10Gig-E, and up to 8Gb Fiber Channel (among others) to be integrated into a single fabric. n order to sustain high network and storage I/O (using NFS as VMware ESX's datastore), the network requires non-blocking, multipathed, 10-gigabit ethernet end-to-end. While on smaller implementations slower fabrics may suffice, as this solution scales towards the upper limits of its CUP and memory capacity (between 100 and 300 running VM's), the disk and network demands will quickly overwhelm less robust fabrics. Inclusion of the Cisco Nexus series of switches are N5K-C5020P-BF. N5000 2RU Chassis no PS 5 Fan Modules 40 ports (req SFP+).N5KUK9-401AN2.1. Nexus 5000 Base OS Software Rel 4.0.1a.N2.1.SFP-10G-SR. 10GBASE-SR SFP Module.N5K-PAC-1200W. Nexus 5020 PSU module, 100-240VAC 1200W.CAB-AC-250V/13A. North America,NEMA L6-20 250V/20A plug-IEC320/C13 receptacle.N5020-ACC-KIT. North America,NEMA L6-20 250V/20A plug-IEC320/C13 receptacle.N5K-M1-BLNK. N5000 1000 Series Expansion Module Blank.CON-OSP-N5020. ONSITE 24X7X4 N5000 2RU Chassis no PS 5.N2K-C2148T-1GE. N2K 1GE FEX, 1PS, 1 Fan Module, 48x1G-BaseT+4x10GE(req SFP+).SFP-10G-SR. 10GBASE-SR SFP Module.CAB-9K12A-NA. Power Cord, 125VAC 13A NEMA 5-15 Plug, North America.N2K-PAC-200W. N2K 1GE FEX 200W AC Power Supply.CON-OSP-N2148. ONSITE 24X7X4 N2K 1GE FEX, 1PS, 1 Fan Module., 1, EA; LI 002, UPS.This UPS is specifed to take advantage of the 208V/300A/3-phase supply available in Trailer 8B. It is specified to supply the maximum rated load of the server rack;The load-side circuit of the UPS must be able to sustain a continuous demand of 24KVA, thus requiring a 30KVA UPS. Run time, at full load (30KVA), should not be less than 10 minutes. Server class equipment can exceed 2 amps, at 208V, per rack unit (RU, where 1RU=1.75 inches) resulting in a 17.5KVA or higher load. The rack specified in section 4.3 can sustain up to 24KVA and, therefore, fits within the National Electric Code's (NEC) requirement that a circuit's load be planned to not exceed 80% or rated load (30KVA rated UPS * 80% = 24KVA).KB3013100000010. Eaton/Powerware 9355, 30KVA, 208V, 3-Phase, UPS.103002939. Eaton/Powerware EPO Switch.124100028-001. Eaton/Powerware Maintenance Bypass Panel.116750221-001. Eaton/Powerware SNMP Web Management Card.116750224-001. Eaton Powerware Environmental Monitoring Probe.165200132. Eaton/Powerware PowerVision UPS Software, 1, EA; LI 003, Server Rack with Power Management.The server rack must be able to accommodate 40U of server, storage, and supporting equipment. Depth must not be less than 42", and load bearing must not be less than 2,000lbs. It must have integrated PDU's and be capable of sustaining a power demand/load of 20KVA or more from a 208V/3-phase power source.XSR-1242E. Sun Rack, 42U, 1200 Depth, 600mm Width, Packaging Suitable for Shipping Fully Loaded.XSR-24K-IEC309-4P. Sun Rack II 24kVA PDU, 3-Phase, 120 Supplied Amps Max, IEC309 on 4m Captive Cords, Data Center Two 60A IEC309-IP67-3P4W 250VAC (60A Breakers), 42 C13 and 6 C19 Outlets in 6 Groups, Current Metering.XSR-JUMP-1MC19. Single Jumper Cable with 1 Meter (C19 Plug).XSR-JUMPPAC-1MC13. Jumper Cable Kit with 10 Mix of 1 Meter Cable (C13 Plug).XRACK_FILLERPANELS. Kit, Filler Panels, Sun Rack Cabinets with 4 x 1RU, 2 x 2RU, and 1 x 4RU Panels.XSR-CLIPNUT. un Rack II Clip Nut and Screw Kit, M6 x 1 Nut, M6 x 1 x 12mm Screw, Quantity 32 Each., 1, EA; For this solicitation, USA ACA Fort Hood 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. This solicitation has been amended to:(1).(2).(3). Etc.All other terms and conditions remain the same. NAICS Code 423430 must be on Contractor's CCR before a bid can be accepted CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com Proposed responders must submit any questions concerning this solicitation before 10 Sep 09, 3PM CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 days after submission. No partial bids will be accepted. FOB Destination CONUS (CONtinental U.S.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK15/W45CMJ92332002/listing.html)
 
Place of Performance
Address: FORT HOOD, TX 76544
Zip Code: 76544-5052
 
Record
SN01950658-W 20090913/090912000711-badd52eadae6b8d1d416b2fdf7234097 (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.