Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

70 -- QUAD CORE AMD OPTERON

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N Ft. Myer Drive, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
10699M0439
 
Response Due
9/24/2009
 
Archive Date
3/23/2010
 
Point of Contact
Name: Flo Scott, Title: Procurement, Phone: 7038755811, Fax:
 
E-Mail Address
scottfj@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 10699M0439 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 334111 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 2009-09-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ROSSLYN, VA 22091 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, *Servers must come fully configured *QUAD CORE AMD OPTERON:BASE UNIT: Quad Core AMD Opteron; 2382 4x512KCache, 2.6GHz, 1Ghz HyperTransport (224-3239);PROCESSOR: Quad Core AMD Opteron; 2382 4x512KCache, 2.6GHz, 1Ghz HyperTransport (311-9728);MEMORY: 16GB 800MHZ (4x4GB) (311-9828); VIDEO CARD: LOM NICs are TOE Ready (430-2968); HARD DRIVE: 146GB 15K RPM Serial-Attach SCSI 3Gbps3.5-in HopPlug Hard Drive (341-3031); HARD DRIVECONTROLLER: PERC6i SAS RAID Controller, 2x4Connectors, Int, PCIe, 256MB cache, x6 Bkpl(341-5734); FLOPPY DISK DRIVE: No Floppy Drive forx6 Backplane (341-3685); OPERATING SYSTEM: WindowsServer 2003 Enterprise Edition Includes 25 CALs,2008 Media (421-0042); NIC: Intel PRO 1000PT DualPort 1GbE NIC, PCIe-4 (430-0959); MODEM: DellRemote Access Card, 5th Generation for PowerEdgeRemote Management (313-3923); CD-ROM OR DVD-ROMDRIVE: DVD-ROM Drive, SATA (313-7131); CD-ROM ORDVD-ROM DRIVE: Optical Drive Cable, SATA PE2950,PE1950 (313-6769), SOUND CARD: Active ID Bezel(313-4946); SPEAKERS: 1x6 Backplane for 3.5inchHard Drives (311-7897); DOCUMENTATION DISKETTE:- Dell Management Console (330-5280);DOCUMENTATION DISKETTE: Electronic Documentationand Open Manage DVD Kit (310-8776); ADDITIONAL STORAGE PRODUCTS: 146GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3031); FEATURES: Integrated SAS/SATA RAID 1/RAID 5 PERC 5/i Integrated PERC 6/i Integrated (341-4581); Universal Sliding Rapid/Versa Rails, includs Cable Management Arm (310-7412); SERVICE: Dell Hardware Warranty Plus Onsite Service Initial Year(s) (986-5877); Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year (988-5550); Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended (988-1582); MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (990-7228); Dirline: Keep your hard drive, 3 year (983-6402); INSTALLATION: Installation of a Dell Server, Storage or Peripheral Device (984-1068); MISC: Redundant Power Supply with Cord for PowerEdge 2970 (330-2053); 146GB 15K RPM Serial -Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3031); Power Cord, NEMA 5-15P to C14, 15 amp, wall plug, 10 feet/3 meter (310-8509); Power Cord, NEMA 5-15P to C14, 15 amp, wall plug, 10 feet/3 meter (310-8509); Microsoft SQL Server 2005 Standard (2socket), OEM, NFI includes media (420-5707); 146GB 15k RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3031); USB to PS2 Converter Cable (310-6690); Qlogic 2462 Dual Channel 4GB Optical Fiber Channel HBA PCI-E Card (341-4607); 146GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3031); 146GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3031), 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. 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. 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. BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. 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 hereunder. To be considered for award, all sellers must be manufacturer authorized distributors of the equipment/services they offer. Sellers will be required to provide documentation as proof of authorization to be considered for award. Please send this documentation to FedBids client services team (clientservices@fedbid.com) prior to the close of this Buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10699M0439/listing.html)
 
Place of Performance
Address: ROSSLYN, VA 22091
Zip Code: 22091
 
Record
SN01964661-W 20090924/090923000132-8dbc06355f5c9bee3cfd645edde60ac3 (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.