Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
MODIFICATION

70 -- Apple XSanServer and supporting equipment

Notice Date
9/28/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Berkley Building, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
10699T9102
 
Response Due
9/29/2009
 
Archive Date
3/28/2010
 
Point of Contact
Name: Jonathan Anderson, Title: Contract Specialist, Phone: 571-226-9799, Fax:
 
E-Mail Address
andersonjr3@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 10699T9102. 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. 165704. NIH ECS III Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NIH ECS III contract. The contract 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 contract. 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. Open Market items will not be accepted as they are prohibited from NIH ECS III orders. Information regarding NIH ECS III contracts is available at http://nitaac.nih.gov/ecs3home.asp. The FedBid system will automatically calculate NIH ECS III 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 2009-09-29 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dunn Loring, VA 22027 The Department of State requires the following items, Exact Match Only, to the following: LI 001, GIZMAC XRACKPRO2 25U NOISE REDUCTION ENCLOSURE RACKMOUNT CABINET - PART # TK569LL/A, 1, EA; LI 002, QLOGIC SANBOX 5602Q 20-PORT FIBRE CHANNEL SWITCH - PART # TQ179LL/A, 1, EA; LI 003, APPLE XSAN2 - PART # MB081Z/A, 7, EA; LI 004, PROMISE VTRAK 16X SATA EXPANSION CHASSIS - PART # TV274VC/A, 1, EA; LI 005, PROMISE VTRAK E-CLASS 16X SATA RAID SUBSYSTEM - PART # TV299VC/A, 1, EA; LI 006, XSERVE 8-CORE - PART # ZDGM, 24GB (12X2GB), TWO 2.93GHZ QUAD-CORE INTEL XEON, ACCESSORY KIT, 1TB SERIAL ATA ADM @ 7200-RPM, 8X SUPERDRIVE DL (DVD-R DL/DVD-RW/CD-RW), 128GB SOLID STATE DRIVE, XSERVE RAID CARD, DUAL 750W POWER SUPPLY, NVIDIA GEFORCE GT 120 WITH 256MB GDDR3, DUAL-CHANNEL 4GB FIBRE CHANNEL CARD (065-7865), DUAL-CHANNEL 4GB FIBRE CHANNEL CARD (065-7870), 1TB SERIAL ATA ADM @ 7200 RPM(065-7851), 1TB SERIAL ATA ADM @ 7200 RPM (065-7856), RACK MOUNTING KIT - SQUARE HOLE RACK., 1, EA; LI 007, APPLE CARE PREMIUM SERVICE AND SUPPORT FOR XSERVE - PART # MB595LL/A, 3, EA; LI 008, XSERVE 2.26 GHZ QUAD-CORE INTEL XEON - PART # Z0FR, 8X SUPERDRIVE DL (DVD-R DL/DVD-RW/CD-RW), NVIDIA GEFORCE GT 120 WITH 256MB GDDR3, 6GB (3x2 GB, 160GB SERIAL ATA ADM @ 7200-RPM, ACCESSORY KIT, MINI DISPLAYPORT TO VGA ADAPTER, 160GB SERIAL ATA ADM @ 7200-RPM, RACK MOUNTING KIT-SQUARE HOLE RACK, DUAL 750W POWER SUPPLY, DUAL CHANNEL 4GB FIBRE CHANNEL CARD, ONE 2.26GHZ QUAD CORE INTEL XEON, XSERVE RAID CARD, 2, EA; LI 009, MAC OS X SERVER SOFTWARE SUPPORT-SELECT - PART # MBO40ZM/C, 1, EA; LI 010, APC SMART UPS 2200VA USB & SERIAL RM 2U 120V - PART # - T7627LL/A, 1, EA; LI 011, APPLE COPPER FIBRE CHANNEL CABLE (4GB SFP TO SFP) - PART 3 MA461G/A, 4, EA; LI 012, FINISAR 4.125GBPS ROHS COMPLIANT SHORT WAVELENGTH SFP OPTICAL TRANSCEIVER - PART # TK720LL/A, 16, EA; LI 013, NETGEAR PROSAFE 16 PORTGIGABIT RACKMOUNT SWITCH - PART # TQ558LL/A, 2, EA; LI 014, APPLE QUAD CHANNEL 4GB FIBRE CHANNEL PCI EXPRESS CARD - PART # MB843G/A, 4, EA; LI 015, ENTERPRISE SYSTEMS CONSULTING (PER DAY) - PART # D3298LL/A, 5, EA; LI 016, ENTERPRISE SERVICES EXPENSES - PART # D3307LL/A, 5, 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. 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 hereunder. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") 1-It is recommended that the Department of State use other than full and open competition for the acquisition of brand name equipment. The Bureau of Diplomatic Security, Training and Performance Standards, Instructional Systems Management function requires the acquisition of the Apple XSan Server and supporting equipment.2-There is a significant and growing need for a digital asset management capability to organize and manage the still and motion imagery and graphic materials that are used for training products at the DS Training Center. A single motion imagery project shot in High Density may yield 50-100 gigabytes of files that must be shared and worked among 4-5 video editing stations that are networked among themselves. The Apple XSan Server is the best product that both meets the technical needs of the program, and complements existing equipment in use by the program. 3-After extensive research by ISM videographers that spanned several years the decision to use the Apple, Inc. XSanServer was reached for multiple reasons that make it the only product that can satisfy the programs multimedia requirements; 3a-ISM MultiMedia has an existing system of five McIntosh Final Cut Pro processing stations that can be interconnected. Choosing a Mac-based Final Cut Pro compatible solution will minimize the amount of re-training for the team and it will utilize the existing Macs directly into the Storage Area Network, which would avoid incurring costs of buying more processing stations compatible with a different system; 3b-The Final Cut Server Storage Area Network permits a common storage location for imagery and it supports a project approach to check-out and in, while permitting others (training developers) to research and view a huge inventory of imagery; 3c- The Apple XSanServer is scalable so additional terabyte drives can be added over time to keep up with content growth and still support meta tagging and full indexing of content. 4- The statutory authority permitting other than full and open competition is 41 U.S.C. 253 ( c) (2). The regulatory authority is FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. 5-Apples XSan Server solution is a recognized state of the art imagery storage system. The existing number of Mac workstations currently in use at the DS Training Center will integrate smoothly into this Storage Area Network. Furthermore, if a solution through a PC-based provider were used it would require the program to overhaul its workstation computers to be compatible with a PC based server. This would incur further cost to the Government, and provide an inferior system the program is unfamiliar with, hindering their productivity. Procuring a compatible, technically superior, and cost effective server is the only solution to provide best value to the Programs mission. 8- Over the course of the research into other solutions for an ISM imagery management system other solutions were considered. Similar capabilities were available but at significantly higher costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10699T9102/listing.html)
 
Place of Performance
Address: Dunn Loring, VA 22027
Zip Code: 22027
 
Record
SN01973596-W 20090930/090929000925-a99138d7c2ab51ff682e28d7309b9eac (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.