Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

70 -- Remote Access NetApp and Lab Equipment

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Fort Myer Dr, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
8616-910027
 
Response Due
9/18/2009
 
Archive Date
3/17/2010
 
Point of Contact
Name: David Marr, Title: Senior Contract Specialist, Phone: 703-875-6056, Fax:
 
E-Mail Address
marrdr@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 8616-910027. 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. 159989_01. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule 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 Schedule. 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. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP 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 2009-09-18 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, DOC-2050-C, NETAPP-FAS2050-R5 Documents, 2050, -C, 1, EA; LI 002, X510A-R6-C Lift Handle Kit, -C, R6, 1, EA; LI 003, X5515A-R6-C Kit, 4N2 Post Rackmount, DS14-Mid,-C, R6, 2, EA; LI 004, X6539-R6-C SFP, Optical, 4.25GBM, -C, R6, 4, EA; LI 005, X800E-R6-C Power Cable North America, -C, R6, 4, EA; LI 006, DSX-10.5TB-R5-C DS14MK2 SHLF, 10.5TB SATA, -C-R5, 1, EA; LI 007, FAS2050-12-X286A-R5-C, FAS2050, Disk Shelf, 12x144GB SAS,-C-R5, 1, EA; LI 008, FAS2050-BASE-R5-C, FAS2050 Base Appliance, OS,-C-R5, 1, EA; LI 009, X6536-R6-C, Cable, Optical, 50u, 2GHz/KM/MM/, LC/LC, 5M,-C, R6, 2, EA; LI 010, SW-BASE-PK-C, SW, BASE Pack, -C: Includes iSCSA, ASIS(DeDupe), NearStore, HTTP, SyncMirror, Ops Manager & FCP, 1, EA; LI 011, SW-T2-FOUNDATION-PK-C, SW-T2-FOUNDATION SW, Foundation Pack, T2,-C,:Includes SnapRestore, SnapVaultPrimary, Provisioning Manager, 1, EA; LI 012, SW-T2-CIFS-C, CIFS Software, T2-C, 1, EA; LI 013, CS-A-INST-4R, SupportEdge Standard Replace 4hr, Install: 36 mths, 1, EA; LI 014, CS-NRD-FEE Non-Returnable Disk Fee: 36mths, 1, EA; LI 015, R82688, HP COLOR LASERJET CP6015DN LASER 40PPM USB 512MB PC PCL5, 1, EA; LI 016, R82942 HP BLACK PRINT CARTRIDGE FOR HP CP6015DN, 1, EA; LI 017, R82943 HP CYAN PRINT CARTRIDGE FOR HP CP6015/CM6040 MFP, 1, EA; LI 018, R82944 HP YELLOW PRINT CARTRIDGE FOR HP CP6015/CM6040 MFP, 1, EA; LI 019, R82945 HP MAGENTA PRINT CARTRIDGE FOR HP CP6015/CM6040 MFP, 1, EA; LI 020, U40918 APC UPS RT 200VA RACK TOWER 120V, 16, EA; LI 021, EO3962 APC METERED PDU 120V 15A 0U RM 16X5-15, 16, EA; LI 022, D91316 APC BRACKET KIT PDU 0U COMPAQ DELL, 16, EA; LI 023, K66052 APC RACK PDU METERED 100/120V 15A 1U (8)5-15S, 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. 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. The Office of Acquisition Management (A1LMI AQM), Department of State (DoS), isprocessing this acquisition at the request of the Bureau of Information ResourceManagement, E-Mail Division(IRMlOPSIMSOIEML).This Justification and Approval(J&A) on a brand name only basis is for Storage and Computer Room Equipment. Theuse of a brand name description is essential to the Government's requirements forDepartment of State infrastructure interoperability and connectivity with mission criticalcommunications systems, thereby precluding consideration of the products of anothercompany. IRMlOPSIMSOIEML has identified Network Storage and Computer Room Equipmentproducts as a key component of the Department's core OpenNet and Network ControlCenter (NCC) Remote Access infrastructures. The equipment listed above is required tosupport continuing operations of the Department's Remote Access program. The 41USC 253(c)(I), and FAR 6.302-1 are cited as the statutory authority. As this is a brand name only justification, no one contractor's unique qualifications arecited as the basis for this justification. Rather, the products identified by brand nameherein have been determined to be the only items that meet the Department'srequirements as a key component of the Department's remote Access infrastructure. TheNetApp network storage equipment products are needed to mirror production equipmentin order to properly provide operational support. The Netapp equipment is currently inproduction and providing functionality to remote access systems. It is critical that thesame Netapp equipment be purchased to continue this support and alleviate the need todeviate from this functionality.The requirement will be competed as the IT community responds to price requests onFedBid.9. Any other facts supporting the use of other than full and open competition.The Department's operational Remote Access infrastructure storage is a NetAppenvironment that is being expanded to support IT growth. In order to proceed, capabilitymust be expanded without disturbing current operations. Any deviations from the use ofthe NetApp and APE would pose substantial risk in the form of technical anomaliesthat could disrupt Remote Access availability for all Department of State employees. Thegoal of the IRMIOPS/MSOIEML is to form a cohesive network infrastructure whereresources are available to end-users when needed and in the event of a disaster. NetAppand APC products, maintenance, and support are critical for continuing normal andcontingency Remote Access operations. 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. Added part numbers to line items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/8616-910027/listing.html)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
 
Record
SN01960016-W 20090919/090918001312-2f6a778edfbea6c8d5bceab7dd96af90 (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.