Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

70 -- SERVER BLADE FARM

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, District of Columbia, 20503
 
ZIP Code
20503
 
Solicitation Number
OND-GEN-R-09-0093
 
Archive Date
9/21/2009
 
Point of Contact
Lynnae C. Roscoe, Phone: 202-395-7670, Brenda B. Spriggs, Phone: 202-395-7669
 
E-Mail Address
lynnae_c._roscoe@oa.eop.gov, bspriggs@oa.eop.gov
(lynnae_c._roscoe@oa.eop.gov, bspriggs@oa.eop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. (ii)The solicitation number is OND-GEN-R-09-0093 is issued as a request for quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This is a small business set-aside and the associated 423430, NAICS code applies. (v) The Government requires a quantity of 2 Server Blade Farms, fully configured (Plug and Play) delivered at a firm, fixed price. (vi) The following lists the quantity of items/components for one blade farm: 1 Intel Dual/Quad-Core Xeon Modular server (6 blade); 1 2 Dual-Core Xeon 5000 6U Rack 6bld14SAS/SMM/SCM/Sw 1 2x 1000W Power Supply modules (included) 1 Gbit Ethernet Switch Module (included) 1 Server Management Module (included) 1 Shared LUN Feature Activation Key (MFSLUNKEY) 1 Storage Control Module SAS RAID (included) 1 Rack Mounting Rail Kit for BAR-056 (tool-less) 3 1000W Power Supply module 2 Gbit I/O Mezzannine card (3 pack) 6 2 CPU Dual/Quad-Core Xeon 5000 Server Module 12 Intel Xeon Quad-Core E5450 3.0G/12MB/1333Mz/LGA771 12 OEM CPU Passive Heatsink for Dual Core Xeon 48 4.0GB DDR2 PC2-5300 (667Mhz) Full Buffered/ECC DIMM 14 300GB SAS 2.5in Hard Drive SAS/6Gb /10Krpm/16MB 1 RAID 1 (Mirroring) Configuration 2 RAID 5 (Striping w/Distributed Parity) Config 1 Storage Control Module SAS RAID 0,1,1E,5,6,10,50,6 1 * No Monitor Installed 1 10 port Gbit Ethernet Switch Module 1 * No Operating System Installed 1 3Yr P&L, Next Day Parts, On Site Service 1 Toll-Free Technical Support (vii) All equipment must be delivered within 30 days after receipt of order, FOB Destination to GSD/RDS, Anacostia Naval Annex, 250 Murray Lane, SW, Bldg. 410, Door 123, Washington, DC 20509. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provisions at 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following evaluation criteria: One award will be made on a best value basis considering capability to meet technical requirements,, lowest price and ability to deliver within 30 days. Vendors must be registered in CCR to receive an award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or provide the reference for representations in ORCA at https://orca@bpn.gov. (xi)The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. The following additional FAR clause shall apply: 52.217-6 Option for Increased Quantity. The following EOP specific clauses shall apply: (1)Prohibition Against Advertising of Award: The Contractor shall not refer to this award in commercial advertising or similar promotions in such a manner as to state or to imply that the product or services provided is endorsed, preferred, or is considered superior to other products or services by the Executive Office of the President (EOP), the Office of Administration, or the White House. This includes advertising, or similar promotions, in all forms or electronic, broadcast, and print media. In addition, the Contractor is restricted from reproducing the image(s) of the EOP in any form of commercial advertising or similar promotion. This includes images of official seals and buildings. The reproduction of official seals and the images of buildings are a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Officer (CO). (2) Section 508 Compliance Requirements: All systems delivered and installed under this Delivery Order shall fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 CFR 1194. Contractor may identify items that would qualify as an exemption from Section 508 per exception (d) - Back Office - Is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment. (3) Restriction Against Disclosure: The Contractor agrees, in the performance of this contract, to keep the information contained in the source documents furnished by the EOP in the strictest confidence, said information being the sole property of the EOP. The Contractor also agrees not to publish, reproduce or otherwise divulge such information, in whole or in part, in any manner or form, nor authorize or permit others to do so, taking reasonable measures as are necessary to restrict access to the information, while in his or her possession, to those employees who must have the information to perform the work provided herein on a "need-to-know" basis, and agrees to immediately notify the Contracting Officer in writing, in the event the Contractor determines, or has reason to suspect, a breach of this requirement. The Contractor is responsible for ensuring all employees involved in the performance of this contract to sign an "Executive Office of the President Non-Disclosure Agreement" form. The Contractor shall provide an original copy of each signed statement to the Contracting Officer prior to each employee beginning work. (xii)The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (AUG 2009), applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; ) 52.203-13, Contractor Code of Business Ethics and Conduct; ) 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-5, Trade Agreements; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) Quotations are due by 2:00 PM, ET, September 17, 2009 and shall be sent to Lynnae Roscoe at lroscoe@oa.eop.gov and to solicitations@oa.eop.gov. Quotes shall include all hardware, guaranteed delivery date, Contractor's Dun and Bradstreet Number, and the country and location of manufacture of all equipment to be provided. (xv) Questions concerning this notice may be addressed to Lynnae Roscoe at lroscoe@oa.eop.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EOP/OP/WashingtonDC/OND-GEN-R-09-0093/listing.html)
 
Place of Performance
Address: 750 17th Street, NW, Washington, District of Columbia, 20503, United States
Zip Code: 20503
 
Record
SN01954131-W 20090916/090915001520-0812d07c983f5bece2ba9b05296354c5 (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.