Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
MODIFICATION

70 -- ***RUSH*** GITM SUO Servers

Notice Date
9/24/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Fort Myer Dr., Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019932214
 
Response Due
9/24/2009
 
Archive Date
3/23/2010
 
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
CANCELLATION NOTICE: Bids are being solicited under solicitation number 1019932214. 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. 164584. 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 2009-09-24 13:00:00.0 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, Purchase Description Determined by Line Item, to the following: LI 001, EXACT MATCH: HP Proliant DL360G5 ServerAll servers must be fully configured and integrated. All components (8-foot power cords, cable management arm, power supply, software, etcetera must be included in the server box). P/N: 490666-001Specifications Attached. ***THIS PRODUCT IS END OF LIFE AND THE BUYER IS AWARE - SELLER MUST PROVIDE NUMBER OF AVAILABLE STOCK YOUR COMPANY HAS AVAILABLE AT THE CLOSE OF THIS BUY.****, 96, EA; LI 002, EXACT MATCH: HP 146GB Hot-Plug, SAS 15K RPM, DP, Server Hard DriveP/N: 504062-B21- Line Item Comments: Serial number list must be included upon delivery., 384, EA; LI 003, EXACT MATCH: CABLE MANAGEMENT ARM DL360 (2 PER BOX)P/N: 365403-B21(Must be included in the box with the DL360G5 Servers), 48, EA; LI 004, Shipping and Handling, 1, LT; 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. eScore vendor configuration (see attached document) for the following is required prior to receipt of equipment: Line item 1: HP Proliant DL360G5 Server Subject to confirmation of availability for delivery as required, the Department of State will consider making awards to multiple vendors in order to obtain the quantity of servers specified Vendors must be able to deliver to the schedule detailed below. - 50 servers to be received no later than Monday, September 28 2009- Balance to be received no later than Monday, October 5, 2009. Weight is a consideration for all items due to Government shipping-related costs. GITM Receiving hours are 7:00 AM 3:00 PM, Monday thru Wednesday. Driver must contact Robert Hall, GITM Warehouse Manager (703-970-2123, HallRP@state.gov) for Dock Appointment prior to delivery of shipment. Shipments without Dock Appointments may be refused at the door. Requisition Reference Number (AQ1019-Number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Requisition Reference Number (AQ1019-Number). Packing Slips/Bills of Lading must contain pallet and box count. Shipping Address:oU.S. Department of Stateoc/o ManTecho8020 Grainger Ct., Springfield, VA 22153 Software licenses and key codes are to be sent to Dawn Cavallo, GITM Procurement Manager at CavalloDM@state.gov (703-970-2117) via E-Mail (including AQ1019-Number in subject line). Pallet height not to exceed 62-Inches. Wrapped pallet dimensions not to exceed 40x48x62-Inches. Pallets must be wood with standard 3-stringer construction and 4-way entry. Pallet size should be 40x48-Inches with 48-Inches being the stringer length. All pallets must be marked with the Requisition Reference Number (AQ1019-Number). All boxes and containers must be clearly marked with the Requisition Reference Number (AQ1019-Number) found in Block 4, of DoS Form 347: Order for Suppliers and Services. Shipping documents will clearly list each item and the quantity shipped as contained within boxes or containers. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. Requisition Reference Number (AQ1019-Number) must be clearly printed on all boxes. Part Number with Bar-Code must be clearly printed on the container. Serial Number with Bar-Code must be clearly printed on the container (if applicable). If the equipment is modified, a new Part Number must be assigned and Bar-Coded on the container. If the equipment is modified, the original Part Number and Bar-Code should not be covered on the container. If a new Serial Number is assigned, it must be Bar-Coded on the container. The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized to change Part Numbers, manufacturers, quantities, delivery dates or any other specifications of this award either verbally or in writing. Items that do not conform to the Descriptions and Part Numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendor s expense. Items received must adhere to the configuration as submitted and approved by the GITM System Engineering Test Facility. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department and comments will be recorded in the Vendor s Performance File. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance GITM does not allow use of third party components in any Equipment Configurations. Random QA will be performed. If it is determined that third party components were used resulting in the compromise of equipment warranties, the Vendor will assume the cost to replace said items at no additional cost to the Department. The infraction will be recorded in the Vendor s Performance File. Worldwide manufacturer warranty is required for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns will be provided at no additional cost within 3 business days of notification Repaired units must be returned to GITM within 30 days of pickup. A 120-Day lead time is required for returning a defective item from a Post. If award is made to a value-added reseller, the reseller will coordinate with the manufacturer for any warranty repairs/concerns. 40 USC 50l and FAR 8.40S-6(b)(1), Only one source (BrandName Only) As this is a brand name only justification, no one contractor's unique qualifications areused as the basis for this justification. Rather, the products identified by brand nameherein have been identified as the only products that will meet the Department'srequirements as part of the Department's network environment. Hewlett Packard 490666-001 HP Proliant DL360G5 Server. Hewlett Packard 504062-B21 HP 146GB Hot-Plug SAS, 15K RPM, DP Server Hard Delays in the procurement of new models of servers have resulted in the GITM programrunning out of the older models. This procurement must be for units of the exact type that theprogram has been deploying since GITM must deploy the units being ordered immediatelyupon receipt, and receiving new models would still require time (roughly a month) to developa working configuration. Any delays in receipt of identical units will result in between 18and 37 GITM refresh installations being delayed from 2010 to 2011.Use of equipment which has not been tested by the Department nor been proven in field usemay result in equipment conflicts, increased integration complexity and compatibility issueswith the Department of State network requirements.The equipment listed above has undergone testing, assessment and evaluation forcompatibility with existing hardware and software and is approved for use by the IRMITCCB for the unclassified and classified networks. The Buyer requires that Sellers bid be an 'exact match to spec'. That means that NO SUBSTITUTIONS are allowed. Sellers MUST provide the item requested in the line item description (exact make, model, part number and or description). If you are not able to deliver the line item as requested, DO NOT BID. Please advise the Buyer of issues through our clientservices@fedbid.com email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019932214/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN01969730-W 20090926/090925001842-5d696b11d95d1770e7ef74bf50113b9d (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.