Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

70 -- RECOVERY--70--RECOVERY - Lab Disk Storage

Notice Date
11/23/2009
 
Notice Type
Presolicitation
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
101903B017
 
Response Due
11/25/2009
 
Archive Date
5/24/2010
 
Point of Contact
Name: Harry Lundy, Title: Contracting Officer, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 101903B017. 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. 169056. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. 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 GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2009-11-25 14:00:00.0 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, Documents,2040,-CPart # DOC-2040-C, 1, EA; LI 002, FAS2040,Disk Shelf,12x1.0TB SATA,-C,R5Part # FAS2040-12-X298A-R5-C, 1, EA; LI 003, FAS2040A,Act-Act,System Controller,R5Part # FAS2040A-BASE-R5, 2, EA; LI 004, SW,Advanced PK,2040A,-CPart # SW-2040A-ADVANCED-PK-C, 2, EA; LI 005, SW,Foundation PK,2040A,-CPart #: SW-2040A-FOUNDATION-PK-C, 2, EA; LI 006, SW,Server PK,2040A,-CPart #: SW-2040A-SERVER-PK-P-C, 2, EA; LI 007, SW,BASE Pack,-CPart #: SW-BASE-PK-C, 2, EA; LI 008, Cabinet Component Power Cable,-C,R6Part #: X800-42U-R6-C, 2, EA; LI 009, Rail Kit II, Cab,-C,R6Part#:X877B-R6-C, 1, EA; LI 010, Hardware Kit,Add-On Peripheral,Cabinet,-C,R6Part #: X8781-R6-C, 1, EA; LI 011, SupportEdge Standard Replace 4hr - 24 monthsPart #: CS-A-4R, 1, EA; LI 012, Professional Services for Installation and IntegrationPart #: PS-Days, 10, 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. 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. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (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. 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.") The Departments Bureau of Information Resource Management, Enterprise Network Management (IRM/OPS/ENM), requires the purchase of the Network Appliance FAS2040 and 24 by 7 phone support. IRM/OPS/ENM has identified the Network Appliance (NetApp) Storage System as key components within the Departments Storage Area Network (SAN)/Network Attached Storage (NAS) infrastructure both domestically and abroad. The equipment referenced above is used to enhance the existing Department of States (DoS) enterprise storage and disaster recovery efforts used in Bureaus and posts worldwide. Network Appliance has been an approved SAN solution through the Departments corporate Change Control Board (ITCCB) since 2005. However, IT CCB approval for use within the Department does not constitute an official endorsement of the product by the Department nor does it mean that it is mandated for use. This approval is not to be confused with standardization of a product as an authorized exception to full and open competition pursuant to FAR 6.302-1(b)(4). Since the approval in 2005, data centers both domestically and overseas have built their production and recovery architecture on top of services that are unique to the NetApp software and hardware. The lab being designed for the ARRA projects of Network Access Control/Perimeter Security (NAC/PS) and End-to-End Configuration Management (EECM) will need to emulate our existing environment, including disaster recovery, in every detail. The NetApp Storage System, which is approved by the Department, has one of the best internal DoS support structures, and provides disaster recovery for many of the Departments mission critical applications such as SMART, corporate email, and Passport services making this brand name a necessity. The capability of the Network Appliance product to perform snapshots of data, integrate with third party products such as VMware and Microsoft, and provide streamlined business continuity functions lead us to a brand name only selection. NetApp Storage System FAS2040 will provide the necessary storage and functionality to accomplish this goal. As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the DoS and these ARRA project lab requirements as a key component of our lab infrastructure. IRM/OPS/ENM will purchase:1 FAS2040 disk shelf with 12 1.0TB SATA Drives2 FAS2040 system controllersAdvanced, foundation, and server software packs2 year support. IRM requires the Network Appliance FAS2040 and direct telephone support on a brand name only basis. Network Appliance is the manufacturer and only source for this license, which is proprietary to them. Therefore, 41 USC 253(c)(1), only one responsible source and no other supplies will satisfy agency requirements, implemented by Federal Acquisition Regulation (FAR) Part 6.302-1(c), is cited as the statutory authority.As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet this projects laboratory requirements for a Storage Area Network solution that is a duplicate of the DoS current environment, has the desired performance features, and is easily installed, supportable, and cost effective. Acquiring this product is essential for Network Access Control/Perimeter Security (NAC/PS) and End-to-End Configuration Management (EECM) to have a sufficient lab environment to emulate the Departments production environment so that the projects are able to meet its system testing goals and objectives. In the context of Network Access Control/Perimeter Security (NAC/PS) and End-to-End Configuration Management (EECM), there is no practical alternative to Network Appliance as a Storage Area Network solution. The Network Appliance products have undergone test and assessment, evaluation for security testing, and received final approval of the IT CCB before installation. Network Access Control/Perimeter Security (NAC/PS) and End-to-End Configuration Management (EECM) has determined that no other product would have the capabilities to meet lab environment requirements to simulate what is currently in production. The ability to actively duplicate data on a block level, tie into third party products to streamline storage capabilities, as well as offer multiprotocol storage access on mission critical applications at a competitive rate, make Network Appliance the only product which will fulfill all requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101903B017/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN02009688-W 20091125/091123235722-7874f043f8b79f806bb8ffc1d26522be (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.