Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
MODIFICATION

70 -- RECOVERY--70--RECOVERY - Hardware

Notice Date
7/7/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 Ft Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA10F2337
 
Response Due
7/7/2010
 
Archive Date
1/3/2011
 
Point of Contact
Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
 
E-Mail Address
harperc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number SAQMMA10F2337. 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. 193697_03. 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 2010-07-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22209 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Server #1 - System Management Console (Enforce Front End Server) - Line Item Comments: CPU: Minimum 2 each, 3.0 GHz Dual/Multi Core CPUDisk: Minimum 140 GB Ultra-fast SCSI RAIDMemory: 8 GBOSL Includes Windows 2003 Enterprise Edition 32-bitNICS: 2 Copper 1 Gb/100MB Ethernet, 1, EA; LI 002, Server #2 - System Management Console (Enforce Back End - Oracle)- Line Item Comments: CPU: Minimum 2 x 3.0 GHz Dual/Multi Core CPUDisk: Minimum 5 TB fast SCSI RAID 0+1Memory: 12 GBOS: Includes Windows 2003 Enterprise Edition 32-bitDB: Supports Oracle 10gNICS: 1 Copper 1 Gb/100MB Ethernet, 1, EA; LI 003, Server #3-5 - Network Monitor Servers (Email/Web)- Line Item Comments: CPU: 2 x 3.0 GHz Dual/Multi Core CPUDisk: Minimum 140 GB fast SCSI RAIDMemory: Minimum 10 GBOS: Includes Windows 2003 Enterprise Edition 32-bitNIC1: 1 Copper 1 Gb/100MB EthernetNIC2: 1 Copper Endace Packet Capture card model 4.5/4.3 GE, 2, EA; LI 004, Server # 6-15: Network Prevent DLP- Line Item Comments: CPU: 2 x 3.0 GHz Dual/Multi Core CPUDisk: Minimum 140 GB fast SCSI RAIDMemory: Minimum 10 GBOS: Includes Windows 2003 Enterprise Edition 32-bitNICS: 2 Copper 1 GB Ethernet, 9, 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. 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. 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.") 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. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, socio-economics as well as price, among others. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 52.204-11 American Recovery and Reinvestment Act-Reporting RequirementsThe Contractor shall use http://www.FederalReporting.gov an online reporting tool. 52.212-5 Contract Terms and Conditions to Implement Statues or Executive Orders - Commercial Items (Apr 2009) - (Alternate II - Mar 2009) The Government will fund work performed under this contract with appropriations received from ARRA as such the contractor is required to report on its use of Recovery Act funds under this contract pursuant to FAR clause 52.204-11 American Recovery and Reinvestment Act--Reporting (March 2009). The Contractor shall use http://www.FederalReporting.gov an online reporting tool. These reports maybe publish in whole or in part on the US government s Recovery Act public web site. The contractor must track and bill this task and should submit an invoice with special project code (191119.9.3; RACF 3002) for ARRA funds. This contract will be subject to FAR clause 52.204-11 American Recovery and Reinvestment Act--Reporting (March 2009). The Department of State has listed the requirements in a generic form to allow for open competition. We look to the offerors to recommend their solution/s that will be the best value to the government. The offer should also include the integration and ongoing maintenance of the solution.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA10F2337/listing.html)
 
Place of Performance
Address: Arlington, VA 22209
Zip Code: 22209
 
Record
SN02198765-W 20100709/100707235401-0809cb63ce974fba2136602449ebde24 (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.