Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

70 -- Net App Storage equipment

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N. Fort Myer Dr., Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019933081_1023_5092
 
Response Due
9/18/2009
 
Archive Date
3/17/2010
 
Point of Contact
Name: Mike Henderson, Title: Contract Specialist, Phone: 843-202-3827, Fax:
 
E-Mail Address
hendersonmp@state.gov;
 
Small Business Set-Aside
N/A
 
Description
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 1019933081_1023_5092 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 unrestricted 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 2009-09-18 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, NetApp Power Cable North America,250V,-C,R6; P/N: X800P-R6-C, 42, EA; LI 002, NetApp CIFS Software,T5C,-C; P/N: SW-T5C-CIFS-C, 2, EA; LI 003, NetApp SnapManager for VI SW,T5C,-C; P/N: SW-T5C-SMVI-VMWARE-C, 2, EA; LI 004, NetApp DS14MK4 SHLF,ACPS,14x300GB,15K,HDD,ESH4,-C,R5; P/N: X94015A-ESH4-R5-C, 20, EA; LI 005, NetApp Backup SW,FAS Bundle,T5C,-C; P/N: SW-T5C-FS-DP-C, 2, EA; LI 006, NetApp FAS3170A NetApp Select,CFO,ISCSI,FCP,R5 -NEN2OP; P/N: FAS3170A-BNDL3-R5, 2, EA; LI 007, NetApp NFS Software,T5C,-C; P/N: SW-T5C-NFS-C, 2, EA; LI 008, NETAPP A-SIS Deduplication Software,T5C,-C; P/N: SW-T5C-ASIS-C, 2, EA; LI 009, NetApp FCP Windows Host Utilities; P/N: SW-FCP-WIN-HU, 1, EA; LI 010, NetApp DR SW Bundle,SQL,25 Windows,T5C,-C; P/N: SW-T5C-SQL-DR-BNDL-25-C, 2, EA; LI 011, NetApp SupportEdge Standard Replace 4hr,Install 12 month; Part#: CS-A-INST-4R, 1, EA; LI 012, NetApp Loopback,Optical,LC,-C,R6; P/N: X6521-R6-C, 4, EA; LI 013, NetApp Rackmount Kit,4N2,DS14-Middle,-C,R6 P/N: X5515A-R6-C, 21, EA; LI 014, NetApp HBA,FC,4-port,PCIe,4Gb,-C,R6; P/N: X2054B-R6-C, 4, EA; LI 015, NetApp NearStore Software,T5C,-C; P/N: SW-T5C-NEARSTORE-C, 2, EA; LI 016, NetApp Cable,Optical,LC/LC,5M,X,-C,R6; P/N: X6536-R6-C, 20, EA; LI 017, NetApp Cable, Patch, FC SFP,0.5M, R6; P/N: x6536-R6, 14, EA; LI 018, NetApp DS14MK4 SHLF, AC, 14X300GB, 15K, ESH4, QS, R5; P/N: #X94015A-ESH4-QS-R5, 7, EA; LI 019, SFP TRANSCEIVERS, 4, EA; LI 020, NetApp SUPPORTEDGE STANDARD REPLACE 4HR, INSTALL (12MONTHS) CS-A-INST-4R, 7, EA; LI 021, NetApp Brocade FC8-48,48Pt w/ 8Gb SWL SFP,R5; P/N: #X-DCX-2148-R5, 4, EA; LI 022, NetApp SupportEdge Premium, 7x24, 4hr Onsite (12 Months); PART #CS-O-4HR, 4, EA; LI 023, Line 011 Option Period 1, 1, EA; LI 024, Line 011 Option Period 2, 1, EA; LI 025, Line 011 Option Period 3, 1, EA; LI 026, Line 022 Option Period 1, 4, EA; LI 027, Line 022 Option Period 2, 4, 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. An Offeror 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 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Although this is single solicitation, A sigle awardee will receive two (2) awards. a) The Government may extend the term of this contract by written notice to the Contractor within 12 months of base year or option year expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed thirty-six (36) months. The Office of Acquisition Management is conducting this acquisition for NetApp Storage equipment on behalf of Bureau of Information Resource Management, Systems Integration Office (IRM/OPS/SIO). This Justification and Approval (J&A) on a brand name only basis is for the purchase of Network Appliance Storage System. This is new contract to add additional Network Appliance Storage Systems to an existing Network Appliance infrastructure. IRM/OPS/SIO has identified the Network Appliance Storage System Model # FAS3170A as a key component of the Departments SAN/NAS Infrastructure both domestic and abroad. The equipment referenced above is required to enhance the existing Department of States enterprise storage and disaster recovery efforts based on existing Network Appliance devices Bureau wide through replication and SAN capabilities that requires two Network Appliance systems to carry out these functions. Network Appliance has been the approved SAN solution through the ITCCB since at least 2005. Since that time, the ESOC (Enterprise Server Operations Center) has built their production and recovery architecture on top of services that are unique to the NetApp software. Before selecting NetApp, ESOC had multiple vendor solutions including HP and EMC. Each of these systems required different hardware, different software, and different staff. After a review of each vendor solution, ESOC chose NetApp for compatibility purposes since it was approved by the Department, fully met all requirements, and had the best internal DoS support. ESOC has built on this decision, providing services for many of the Departments mission critical applications such as SMART, eMail, and Passport. The current purchase is an extension of the existing support and is required to maintain consistency across sites to continue with IRM/OPS/SIOs ability to support offsite recovery. This is in full compliance with our FISMA reporting responsibilities and the Presidents Management Agenda.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 requirements as a key component of the Departments Storage and System Recovery systems. 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. It has been determined that other vendors can sell storage that used the standard protocols such as FCP, ISCSI, Snap mirroring technology but their operating systems are proprietary and wont work with others. To put another system in place would require replacing the old and then going with another technology that would require new skill sets and new hardware. This would cost millions of dollars in our operation that now cover 4 datacenters. Paragraph 3 above addresses the historical background of this issue more fully.ESOC had installed multiple vendor solutions including HP and EMC. Each of these systems required different hardware, different software, and different staff. After a review of each vendor solution, ESOC chose NetApp for compatibility purposes since it was approved by the Department, fully met all requirements, and had the best internal DoS support. While this is a brand name justification, there are multiple resellers that provide a similar product. ESOC narrowed the field and the ITCCB approved the NetApp equipment that met the Departments requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019933081_1023_5092/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN01957343-W 20090918/090917000730-0dbe23857e87d8188236ef7d855cd785 (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.