Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

70 -- JFMS Momentum Oracle Upgrade Projects (NetApp) FOR FIRST YEAR OF A FIVE YEAR LEASE

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N. Ft. Myer Drive, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1064-905043
 
Response Due
9/21/2009
 
Archive Date
3/20/2010
 
Point of Contact
Name: Terry Lord, Title: Contract Specialist, Phone: 703-875-4801, Fax: 1111111111
 
E-Mail Address
lordtg@state.gov;
 
Small Business Set-Aside
Total Small Business
 
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 1064-905043 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 334119 with a small business size standard of 1,000.00 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 2009-09-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Charleston, SC 29405 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, HEWLETT PACKARD : HP DL580R05 HC CTO Chassis, 20, EA; LI 002, HEWLETT PACKARD : HP DL580G5 X7460 2.67 16M 6 Core FIO Kit, 20, EA; LI 003, HEWLETT PACKARD : HP DL580G5 X7460 2.67 16M 6 Core Kit, 60, EA; LI 004, HEWLETT PACKARD : HP 8GB FBD PC2-5300 2x4GB LP Kit, 160, EA; LI 005, HEWLETT PACKARD : HP DL580G5 Memory Board, 20, EA; LI 006, HEWLETT PACKARD : HP 72GB 15k SAS 2.5 HP DP HDD, 40, EA; LI 007, HEWLETT PACKARD : HP Slim 12.7mm SATA DVD Optical Kit, 20, EA; LI 008, HEWLETT PACKARD : HP 1.83m 10A C13-UL US Pwr Cord, 80, EA; LI 009, HEWLETT PACKARD : HP SA P-Series 512MB SA BBWC Kit, 20, EA; LI 010, HEWLETT PACKARD : HP NC364T PCIe 4Pt Gigabit Server Adptr, 20, EA; LI 011, HEWLETT PACKARD : HP 1200W 12V Hotplug AC Power Supply, 40, EA; LI 012, HEWLETT PACKARD : HP 5y 4h24x7 w/DMR Proliant DL58x HWSupp,ProLiant DL58x,24x7 Hardwaresupport with 4 hour Onsite Response and DefectiveMedia Retention, 20, EA; LI 013, VMware vSphere 4 Enterprise Plus for 1 processor (Max 12 cores per processor) VmwareVS4-ENT-PL-GOV, 44, EA; LI 014, Platinum Support/Subscription for VMware vSphere Enterprise Plus for 1 processor for 1 year VmwareVS4-ENT-PL-P-SSS-GOV, 44, EA; LI 015, LIC/SA WINDOWS SERVER ENTERPRISE GOVT-6.0, 4, EA; LI 016, LIC/SA WINDOWS SERVER STD GOVT-6.0, 16, EA; LI 017, DS14MK4 SHLF,AC,14x450GB,15K,ESH4,QS,R5, 12, EA; LI 018, Rackmount Kit,4N2,DS14-Middle,R6, 12, EA; LI 019, Cable,Patch,FC SFP to SFP,0.5M,R6, 24, EA; LI 020, SupportEdge Standard Replace NBD (60 Months), 12, EA; LI 021, Cab,Empty, No PDU, No Rails,QS,-C, R6, 1, EA; LI 022, PDU,1-Phase,16 Outlet,30A,NEMA,-C,R6, 2, EA; LI 023, Rail Kit II,Cab,QS,-C,R6, 10, EA; LI 024, Kit,Storage Cabinet Interconnection,-C,R6, 1, EA; LI 025, NFS Software,T5C, 2, EA; LI 026, SW Subscription Plan (60 Months), 2, 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. 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 here under. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1064-905043/listing.html)
 
Place of Performance
Address: Charleston, SC 29405
Zip Code: 29405
 
Record
SN01962252-W 20090920/090919002303-22ac1477ecd0ac6464dd4ae339dac4d1 (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.