Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
MODIFICATION

70 -- RECOVERY--70--RECOVERY - IT Support and Computers

Notice Date
6/14/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N Fort Myer Drive, Rosslyn, VA 21999
 
ZIP Code
21999
 
Solicitation Number
101903B071
 
Response Due
6/15/2010
 
Archive Date
12/12/2010
 
Point of Contact
Name: Robin Willis-Guille, Title: Contracting Officer, Phone: 7038756293, Fax:
 
E-Mail Address
willisrl@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 101903B071. 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. 189858_01. 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. 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 2010-06-15 11:00:00.0 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, HP 10642G2 200MM EXTN SHOCK RACK, 1, EA; LI 002, HP FACTORY EXPRESS BASE RACKING, 1, EA; LI 003, HP BLC7000 CTO 3 IN LCD ROHS ENCL, 1, EA; LI 004, FACTORY INTEGRATED, 1, EA; LI 005, HP VCEM BL-C7000 NM 1-ENCL LIC, 1, EA; LI 006, FACTORY INTEGRATED, 1, EA; LI 007, HP BL490C G6 CTO BLADE, 11, EA; LI 008, FACTORY INTEGRATED, 11, EA; LI 009, HP X5670 BL490C G6 FIO KIT, 11, EA; LI 010, HP X5670 BL490C G6 KIT, 11, EA; LI 011, FACTORY INTEGRATED, 11, EA; LI 012, HP 4GB 2RX4 PC3-10600R-9 KIT, 198, EA; LI 013, FACTORY INTEGRATED, 198, EA; LI 014, HP B:C QLOGIC QMH2562 8GB FC HBA, 11, EA; LI 015, FACTORY INTEGRATED, 11, EA; LI 016, HP BL490C G6 CTO BLADE, 5, EA; LI 017, FACTORY INTEGRATED, 5, EA; LI 018, HP X5670 BL490C G6 FIO KIT, 5, EA; LI 019, HP X5670 BL490C G6 KIT, 5, EA; LI 020, FACTORY INTEGRATED, 5, EA; LI 021, HP 4GB 2RX4 PC3-10600R-9 KIT, 90, EA; LI 022, FACTORY INTEGRATED, 90, EA; LI 023, HP B:C QLOGIC QMH2562 8GB FC HBA, 5, EA; LI 024, FACTORY INTEGRATED, 5, EA; LI 025, HP 80GB IO ACCELERATOR FOR BLADESYSTEM, 5, EA; LI 026, FACTORY INTEGRATED, 5, EA; LI 027, HP BLC VC FLEX-10 ETHERNET MODULE, 2, EA; LI 028, FACTORY INTEGRATED, 2, EA; LI 029, HP BLC VC-FC 8GB 24-PORT OPT KIT, 2, EA; LI 030, FACTORY INTEGRATED, 2, EA; LI 031, HP 10GB SR SFP+ FOR BLADESYSTEM, 16, EA; LI 032, FACTORY INTEGRATED, 16, EA; LI 033, HP 2400W HIGH EFFICIENCY POWER SUPPLY, 6, EA; LI 034, FACTORY INTEGRATED, 6, EA; LI 035, HP BLC7000 ENCL SINGLE FAN OPTION, 6, EA; LI 036, FACTORY INTEGRATED, 6, EA; LI 037, HP BLC7000 DDR2 ENCL MGMT OPTION, 1, EA; LI 038, FACTORY INTEGRATED, 1, EA; LI 039, HP BLC7000 1PH FIO POWER MODULE OPT, 1, EA; LI 040, HP 3Y 4HR 24X7 HW SUPPORT, 1, EA; LI 041, HP C7000 ENCLOSURE HW SUPP, 1, EA; LI 042, HP C7000 ENCLOSURE HW SUPPORT, 16, EA; LI 043, HP INSTALLATION AND STARTUP SERVICE, 1, EA; LI 044, HP STARTUP BLADESYS C-CLASS INFRASTR SVC, 1, EA; LI 045, HP BLC7000 10K RACK SHIP BRKT OPT KIT, 1, EA; LI 046, FACTORY INTEGRATED, 1, EA; LI 047, HP BLC7000 CTO 3 IN LCD ROHS ENCL, 1, EA; LI 048, FACTORY INTEGRATED, 1, EA; LI 049, HP VCEM BL-C7000 NM 1-ENCL LIC, 1, EA; LI 050, FACTORY INTEGRATED, 1, EA; LI 051, HP BL490C G6 CTO BLADE, 11, EA; LI 052, FACTORY INTEGRATED, 11, EA; LI 053, HP X5670 BL490C G6 FIO KIT, 11, EA; LI 054, HP X5670 BL490C G6 KIT, 11, EA; LI 055, FACTORY INTEGRATED, 11, EA; LI 056, HP 4GB 2RX4 PC3-10600R-9 KIT, 198, EA; LI 057, FACTORY INTEGRATED, 198, EA; LI 058, HP B:C QLOGIC QMH2562 8GB FC HBA, 11, EA; LI 059, FACTORY INTEGRATED, 11, EA; LI 060, HP BL490C G6 CTO BLADE, 5, EA; LI 061, FACTORY INTEGRATED, 5, EA; LI 062, HP X5670 BL490C G6 FIO KIT, 5, EA; LI 063, HP X5670 BL490C G6 KIT, 5, EA; LI 064, FACTORY INTEGRATED, 5, EA; LI 065, HP 4GB 2RX4 PC3-10600R-9 KIT, 90, EA; LI 066, FACTORY INTEGRATED, 90, EA; LI 067, HP B:C QLOGIC QMH2562 8GB FC HBA, 5, EA; LI 068, FACTORY INTEGRATED, 5, EA; LI 069, HP 80GB IO ACCELERATOR FOR BLADESYSTEM, 5, EA; LI 070, FACTORY INTEGRATED, 5, EA; LI 071, HP BLC VC FLEX-10 ETHERNET MODULE, 2, EA; LI 072, FACTORY INTEGRATED, 2, EA; LI 073, HP BLC VC-FC 8GB 24-PORT OPT KIT, 2, EA; LI 074, FACTORY INTEGRATED, 2, EA; LI 075, HP 10GB SR SFP+ FOR BLADESYSTEM, 16, EA; LI 076, FACTORY INTEGRATED, 16, EA; LI 077, HP 2400W HIGH EFFICIENCY POWER SUPPLY, 6, EA; LI 078, FACTORY INTEGRATED, 6, EA; LI 079, HP BLC7000 ENCL SINGLE FAN OPTION, 6, EA; LI 080, FACTORY INTEGRATED, 6, EA; LI 081, HP BLC7000 DDR2 ENCL MGMT OPTION, 1, EA; LI 082, FACTORY INTEGRATED, 1, EA; LI 083, HP BLC7000 1PH FIO POWER MODULE OPT, 1, EA; LI 084, HP 3Y 4HR 24X7 HW SUPPORT, 1, EA; LI 085, HP VCEM BL-C7000 SW SUPPORT HP 3Y VCEM, 1, EA; LI 086, HP 3Y 4HR 24X7 HW SUPPORT, 1, EA; LI 087, HP C7000 ENCLOSURE HW SUPP, 1, EA; LI 088, HP C7000 ENCLOSURE HW SUPPORT, 16, EA; LI 089, HP INSTALLATION AND STARTUP SERVICE, 1, EA; LI 090, HP STARTUP BLADESYS C-CLASS INFRASTR SVC, 1, EA; LI 091, HP BLC7000 10K RACK SHIP BRKT OPT KIT, 1, EA; LI 092, FACTORY INTEGRATED, 1, EA; LI 093, HP ETHERNET 4FT CAT5E RJ45 M/M CABLE, 2, EA; LI 094, FACTORY INTEGRATED, 2, EA; LI 095, HP PWR MONITORING PDU, 2, EA; LI 096, FACTORY INTEGRATED, 2, EA; LI 097, HP (2) PDU EXTENSION BARS, (7) C13, C19 INPUT INTL, 1, EA; LI 098, FACTORY INTEGRATED, 1, EA; LI 099, HP 10K RACK AIRFLOW OPTIMIZATION KIT, 1, EA; LI 100, FACTORY INTEGRATED, 1, EA; LI 101, HP 10K G2 600W STABILIZER KIT, 1, EA; LI 102, FACTORY INTEGRATED, 1, EA; LI 103, HP 10642 G2 SIDEPANEL KIT, 1, EA; LI 104, FACTORY INTEGRATED, 1, EA; LI 105, HP BLADE SYSTEM C-CLASS 10-GBE CX4 CABLE OPTION, 1M, 2, EA; LI 106, FACTORY INTEGRATED, 2, EA; LI 107, HP INSTALLATION SERVICE, 1, EA; LI 108, RACK AND RACK OPTIONS INSTALLATION, 1, EA; LI 109, HP 8/GB SHORTWAVE B-SERIES FIBRE CHANNEL SFP+, 24, EA; LI 110, HP CTO PROLIANT DL360 G6 SERVER, 1, EA; LI 111, FACTORY INTEGRATED, 1, EA; LI 112, HP PROCESSOR, XEON QC E5540 2.53GHZ, 8MB L3 CACHE, KIT FOR DL360 G6, 1, EA; LI 113, HP PROCESSOR, XEON QC E5540 2.53GHZ, 8MB L3 CACHE, KIT FOR DL360 G6, 1, EA; LI 114, FACTORY INTEGRATED, 1, EA; LI 115, HP 4GB 2RX4 PC3-10600R-9 KIT, 8, EA; LI 116, FACTORY INTEGRATED, 8, EA; LI 117, HP 146GB 10K SAS 2.5 DP HARD DISK DRIVE, 2, EA; LI 118, FACTORY INTEGRATED, 2, EA; LI 119, HP 12.7MM SATA DVD-RW DRIVE, 1, EA; LI 120, FACTORY INTEGRATED, 1, EA; LI 121, HP 512MB P-SERIES BBWC (FOR HP SA P410 OR P411 CONTROLLERS), 1, EA; LI 122, FACTORY INTEGRATED, 1, EA; LI 123, HP 82Q 8GB 2-PORT PCIE FC HBA, 1, EA; LI 124, FACTORY INTEGRATED, 1, EA; LI 125, HP CTO 460 WATT HE 12V HOT-PLUG AC P / S KIT, 2, EA; LI 126, FACTORY INTEGRATED, 2, EA; LI 127, HP 3YR 4HR 24X7 HW SUPPORT, 1, EA; LI 128, HP PROLIANT SERVER DL36X HW SUPP, 1, EA; LI 129, HP CTO PROLIANT DL360 G6 SERVER, 3, EA; LI 130, FACTORY INTEGRATED, 3, EA; LI 131, HP PROCESSOR, XEON QC E5540 2.53GHZ, 8MB L3 CACHE, KIT FOR DL360 G6, 3, EA; LI 132, HP PROCESSOR, XEON QC E5540 2.53GHZ, 8MB L3 CACHE, KIT FOR DL360 G6, 3, EA; LI 133, FACTORY INTEGRATED, 3, EA; LI 134, HP 4GB 2RX4 PC3-10600R-9 KIT, 24, EA; LI 135, FACTORY INTEGRATED, 24, EA; LI 136, HP 146GB 10K SAS 2.5 DP HARD DISK DRIVE, 6, EA; LI 137, FACTORY INTEGRATED, 6, EA; LI 138, HP 12.7MM SATA DVD-RW DRIVE, 3, EA; LI 139, FACTORY INTEGRATED, 3, EA; LI 140, HP 512MB P-SERIES BBWC (FOR HP SA P410 OR P411 CONTROLLERS), 3, EA; LI 141, FACTORY INTEGRATED, 3, EA; LI 142, HP CTO 460 WATT HE 12V HOT-PLUG AC P / S KIT, 6, EA; LI 143, FACTORY INTEGRATED, 6, EA; LI 144, HP 3YR 4HR 24X7 HW SUPPORT, 1, EA; LI 145, HP PROLIANT SERVER DL36X HW SUPP, 3, EA; LI 146, BLC VIRTUAL CONNECT 1GB RJ-45 SFP OPT KIT, 16, EA; LI 147, HP 80GB IO ACCELERATOR FOR BLADESYSTEM, 10, EA; LI 148, HP BLC VIRTUAL CONNECT 1GB RJ-45 SFP OPT KIT, 28, EA; LI 149, HP 10GB SR SFP+ FOR BLADESYSTEM, 2, EA; LI 150, HP 10GB SR SFP+ FOR BLADESYSTEM, 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. (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. This procurement action is being funded with supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is the intention of the Department of State to issue a bilateral contract resulting from this solicitation, which, in addition to other contract clauses, will incorporate commercial contract clauses specific to ARRA procurements. Contract clauses will include: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Alternate II May 2009), 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar 2009). The awardee must also submit a copy of all invoices to the Contracting Officer and/or Contract Specialist named on page 1 of the contract, for recording purposes. Failure to furnish a copy of all invoices accordingly may result in denied invoice approval and/or payment. All line items must be fully integrated. This Justification and Approval (J&A) on a brand name only basis is for the purchase of HP BladeSystem equipment. This is a new addition or new contract to expand the existing HP server infrastructure. A description of the supplies or services required to meet the Department's needs. The Mobile Computing ARRA funded project is designing, building, and deploying a remote access system (currently called GO, Global OpenNet) for global use by Department employees and contractors. GO is architected 10 support 5,000 concurrent users. The GO infrastructure will reside in ESOC east and will leverage the IRM IT Virtual Infrastructure. The IT Virtual Infrastructure provides virtual servers to host customer systems, allowing the ESOC to consolidate customer systems from stand-alone servers into an efficient, highly available, centrally managed infrastructure. The IT Virtual Infrastructure also provides virtual servers used internally to host the ESOC infrastructure services (e.g. Active Directory. DHCP, backup, availability monitoring, configuration management). HP servers have long served as the ESOC core infrastructure. The purchase to support the GO infrastructure is an extension of the existing infrastructure and is required to maintain consistency across sites to ensure the ability to centrally support the customer lights-out ESOCs.41 USC 253(c)(1), FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. As this is a brand name only justification, no one contractor's 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 Department's requirement as a key component of the Department's IRM IT Virtual Infrastructure. This purchase is an extension of the investment already made in this brand name. This is not a completely new installation but builds upon existing infrastructure. Question 3 above addresses the historical background of this issue more fully. The requirement will be completed as the IT community responds to price requests on FedBid.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101903B071/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN02176742-W 20100616/100614234539-abc542dcece6ebaac51f1d6195d87bb6 (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.