Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

70 -- RECOVERY--70--RECOVERY - Stimulus IT Modernization CISCO

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1006021007
 
Response Due
7/14/2010
 
Archive Date
1/10/2011
 
Point of Contact
Name: Gilbert Maalouf, Title: Contract Specialist, Phone: (703)8757370, Fax: (703) 875-7370
 
E-Mail Address
maaloufgd@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1006021007. 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. 195651_02. 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 2010-07-14 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, SW APP SUPP + UPGRNexus 1000V License-1 (Service Item - site informationrequired). CON-SAU-VLEMUCS, 48, EA; LI 002, Cisco UnifiedComputing System-2. N20-Z0001, 1, EA; LI 003, UCS 5108 Blade Server Chassis/0 PSU/8 fans/0fabric extender-3. N20-C6508, 1, EA; LI 004, UCS B250 M2 Blade Server w/o CPU, memory, HDD,mezzanine-4. N20-B6625-2, 1, EA; LI 005, Windows Svr 2008 EN REL 2 (1-8CPU, 25CAL), 0media-13. MSWS-08-ENHV, 4, EA; LI 006, 2.93GHz Xeon X5670 95W CPU/12MB cache/DDR31333MHz-14. A01-X0102, 8, EA; LI 007, UCS 2104XP Fabric Extender/4 external 10Gbports-15. N20-I6584, 2, EA; LI 008, 2500W power supply unit for UCS 5108-16. N20-PAC5-2500W, 4, EA; LI 009, Cabinet Jumper Power Cord, 250 VAC 16A, C20-C19Connectors-17. CAB-C19-CBN, 4, EA; LI 010, Fan module for UCS 5108-18. N20-FAN5, 8, EA; LI 011, Single phase AC power module for UCS 5108-19. N01-UAC1, 1, EA; LI 012, UCS 5108 Blade Server Chassis FW package-20. N20-FW004, 1, EA; LI 013, HDD slot blanking panel for UCS B-Series BladeServers-5. N20-BBLKD, 8, EA; LI 014, CPU heat sink for UCS B250 M2 Blade Server-6. N20-BHTS4, 8, EA; LI 015, 8GB DDR3-1333MHz RDIMM/PC3-10600/2x4GB Kit-7.A02-M308GB1-2, 96, EA; LI 016, Bundle component for A02-M308GB1-2-8. A02-MEMKIT-004A, 192, EA; LI 017, UCS M81KR Virtual Interface Card/PCIe/2-port10Gb-9. N20-AC0002, 8, EA; LI 018, Nexus 1000V License PAK For 1 VirtualEthernet Module On UCS-10. N1K-VLEM-UCS-1, 8, EA; LI 019, Windows Svr 2008 EN REL 2 media-11. MSWS-08-ENHV-RM, 4, EA; LI 020, VMware vSphere Enterprise Plus (1 CPU), 1yrsupport required-12. VMW-VS-ENTP-1A, 8, EA; LI 021, UCS 5108 Blade Server Chassis/0 PSU/8 fans/0fabric extender-21. N20-C6508, 1, EA; LI 022, UCS B200 M2 Blade Server w/o CPU, memory, HDD,mezzanine-22. N20-B6625-1, 6, EA; LI 023, UCS M81KR Virtual Interface Card/PCIe/2-port10Gb-31. N20-AC0002, 6, EA; LI 024, UCS B200 M2 Blade Server w/o CPU, memory, HDD,mezzanine-32. N20-B6625-1, 2, EA; LI 025, CPU heat sink for UCS B200 M1 Blade Server-33. N20-BHTS1, 4, EA; LI 026, HDD slot blanking panel for UCS B-Series BladeServers-34. N20-BBLKD, 4, EA; LI 027, VMware vCenter ServerStandard, 1yr support required-35. VMW-VCS-1A, 2, EA; LI 028, Nexus 1000V License PAK For 1 VirtualEthernet Module On UCS-36. N1K-VLEM-UCS-1, 4, EA; LI 029, Windows Svr 2008 EN REL 2 media-37. MSWS-08-ENHV-RM, 2, EA; LI 030, 4GB DDR3-1333MHz RDIMM/PC3-10600/dual rank 1GbDRAMs-38. N01-M304GB1, 24, EA; LI 031, 2.93GHz Xeon X5670 95W CPU/12MB cache/DDR31333MHz-39. A01-X0102, 4, EA; LI 032, VMware vSphereEnterprise Plus (1 CPU), 1yr support required-40. VMW-VS-ENTP-1A, 40, EA; LI 033, CPU heat sink for UCS B200 M1 Blade Server-23. N20-BHTS1, 12, EA; LI 034, Windows Svr 2008 EN REL 2 (1-8CPU, 25CAL), 0media-41. MSWS-08-ENHV, 2, EA; LI 035, UCS M81KR Virtual Interface Card/PCIe/2-port10Gb-42. N20-AC0002, 2, EA; LI 036, UCS 2104XP Fabric Extender/4 external 10Gbports-43. N20-I6584, 2, EA; LI 037, 2500W power supply unit for UCS 5108-44. N20-PAC5-2500W, 4, EA; LI 038, Cabinet Jumper Power Cord, 250 VAC 16A, C20-C19Connectors-45. CAB-C19-CBN, 4, EA; LI 039, Fan module for UCS 5108-46. N20-FAN5, 8, EA; LI 040, Single phase AC power module for UCS 5108-47. N01-UAC1, 1, EA; LI 041, UCS 5108 Blade Server Chassis FW package-48. N20-FW004, 1, EA; LI 042, HDD slot blanking panel for UCS B-Series BladeServers-24. N20-BBLKD, 12, EA; LI 043, Nexus 1000V License PAK For 1 Virtual EthernetModule On UCS-25. N1K-VLEM-UCS-1, 1, EA; LI 044, Windows Svr 2008 EN REL 2 media-26. MSWS-08-ENHV-RM, 6, EA; LI 045, 4GB DDR3-1333MHz RDIMM/PC3-10600/dual rank 1GbDRAMs-27. N01-M304GB1, 72, EA; LI 046, 2.93GHz Xeon X5670 95W CPU/12MB cache/DDR31333MHz-28. A01-X0102, 12, EA; LI 047, VMware vSphere Enterprise Plus (1 CPU), 1yrsupport required-29. VMW-VS-ENTP-1A, 12, EA; LI 048, Windows Svr 2008 EN REL 2 (1-8CPU, 25CAL), 0media-30. MSWS-08-ENHV, 6, EA; LI 049, UCS 6120XP 20-port Fabric Interconnect/0 PSU/2fans/no SFP+-49. N10-S6100, 2, EA; LI 050, 6-port 8Gb FC/Expansion module/UCS 6100 Series-50. N10-E0060, 2, EA; LI 051, UCS 6100 Series Fabric Interconnect 1 10GE portlicense-51. N10-L001, 4, EA; LI 052, UCS 6100 Series Fabric Interconnect 1 10GE portlicense-51. N10-PAC1-550W, 4, EA; LI 053, Recessed receptical AC power cord 27-53. CAB-C13-C14-JMPR, 4, EA; LI 054, UCS Manager v1.2.1-54. N10-MGT004, 2, EA; LI 055, Accessory kit for UCS 6120XP FabricInterconnect-55. N10-SACCA, 2, EA; LI 056, 10GBASE-SR SFP Module-56. SFP-10G-SR, 4, EA; LI 057, 8 Gbps Fibre Channel SW SFP+, LC-57. DS-SFP-FC8G-SW, 12, EA; LI 058, 10GBASE-CU SFP+ Cable 3 Meter-58. SFP-H10GB-CU3M, 16, EA; LI 059, UC SUPPORT 24X7X4 6120XP 20PT FabricInterconnect-59 (Service Item - site information required). CON-UCS3-1S6100, 2, EA; LI 060, UC SUPPORT 24X7X4 6Pt 8Gb FC/Expansion Mod/UCS6100 Series-60 (Service Item - site information required). CON-UCS3-1E0060, 2, EA; LI 061, UC SUPPORT 24X7X4 5108 Blade Server Chassis-61(Service Item - site information required). CON-UCS3-2C6508, 1, EA; LI 062, UC SUPPORT 24X7X4 UCSB250 M2 Blade Svr w/o CPUMem HDD Mez-62 (Service Item - site information required)CON-CON-UCS3-B66252, 4, EA; LI 063, ISV 24X7 WINSVR08 EN 1-8CPU 25CAL RQD-63 (ServiceItem - site information required)CON-ISV1-M8ENHV, 4, EA; LI 064, ISV 24X7 VMware vSphere EntPlus1CPU 1Yr RQD-64(Service Item - site information required)CON-ISV1-VSENTP1A, 8, EA; LI 065, UC SUPPORT 24X7X4 5108 Blade Server Chassis-65(Service Item - site information required)CON-UCS3-2C6508, 1, EA; LI 066, ISV 24X7 VMware vSphere EntPlus1CPU 1Yr RQD-66(Service Item - site information required)CON-ISV1-VSENTP1A, 12, EA; LI 067, ISV 24X7 VMware vSphere EntPlus1CPU 1Yr RQD-67(Service Item - site information required)CON-ISV1-VSENTP1A, 4, EA; LI 068, UC SUPPORT 24X7X4 UCSB200 M2 Blade Svr w/o CPUMem HDD Mez-68 (Service Item - site information required)CON-UCS3-B66251, 2, EA; LI 069, ISV 24X7 WINSVR08 EN 1-8CPU 25CAL RQD-69 (ServiceItem - site information required)CON-ISV1-M8ENHV, 6, EA; LI 070, ISV 24X7 VMware vCenter Server Std 1 Yr RQD-70(Service Item - site information required)CON-ISV1-VCS1A, 2, EA; LI 071, UC SUPPORT 24X7X4 UCSB200 M2 Blade Svr w/o CPUMem HDD Mez-71 (Service Item - site information required)CON-UCS3-B66251, 6, EA; LI 072, ISV 24X7 WINSVR08 EN 1-8CPU 25CAL RQD-72 (ServiceItem - site information required)CON-ISV1-M8ENHV, 2, EA; LI 073, Catalyst 3560 48 10/100/1000T + 4 SFP + IPBImage-1. WS-C3560G-48TS-S, 1, EA; LI 074, AC Power Cord (North America), C13, NEMA 5-15P,2.1m-2. CAB-AC, 1, EA; LI 075, SMARTNET 8X5XNBD Cat 3560 48 10/100/1000T + 4 SFPSt-3 (Service Item - site information required). CON-SNT-356048TS, 1, EA; LI 076, GE SFP, LC connector SX transceiver-4. GLC-SX-MM=, 2, EA; LI 077, Catalyst 3560 48 10/100/1000T + 4 SFP + IPBImage-5. WS-C3560G-48TS-S, 1, EA; LI 078, AC Power Cord (North America), C13, NEMA 5-15P,2.1m-6. CAB-AC, 1, EA; LI 079, SMARTNET 8X5XNBD Cat 3560 48 10/100/1000T + 4 SFPSt-7 (Service Item - site information required). CON-SNT-356048TS, 1, EA; LI 080, GE SFP, LC connector SX transceiver-8. GLC-SX-MM=, 2, EA; LI 081, Cat4500 E-Series 6-Slot Chassis, fan, no ps-9. WS-C4506-E, 1, EA; LI 082, Catalyst 4500 1400W AC Power Supply (DataOnly)-10. PWR-C45-1400AC, 1, EA; LI 083, Catalyst 4500 1400W AC Power SupplyRedundant(Data Only)-11. PWR-C45-1400AC/2, 1, EA; LI 084, Non-locking NEMA Cord For The 2800WAC PS-12. CAB-AC-2800W-6-20, 2, EA; LI 085, Cisco CAT4500E IOS ENTERPRISE SERVICES SSH-13. S45EESK9-12252SG, 1, EA; LI 086, Catalyst 4500 E-Series Sup 6-E, 2x10GE(X2) w/Twin Gig-14. WS-X45-SUP6-E, 1, EA; LI 087, 10GBASE-SR X2 Module-15. X2-10GB-SR, 2, EA; LI 088, Catalyst 4500 48-Port 1000Base-X (SFPsOptional)-16. WS-X4448-GB-SFP, 1, EA; LI 089, GE SFP, LC connector SX transceiver-17. GLC-SX-MM, 48, EA; LI 090, Catalyst 4500 E-Series 6-Port 10GbE (X2)-18. WS-X4606-X2-E, 1, EA; LI 091, 10GBASE-SR X2 Module-19. X2-10GB-SR, 2, EA; LI 092, Catalyst 4500 48-Port 1000Base-X (SFPs. WS-X4448-GB-SFP, 1, EA; LI 093, GE SFP, LC connector SX transceiver-21. GLC-SX-MM, 48, EA; LI 094, Catalyst 4500 E-Series 6-Port 10GbE (X2)-22. WS-X4606-X2-E, 1, EA; LI 095, 10GBASE-SR X2 Module-23. X2-10GB-SR, 2, EA; LI 096, SMARTNET 8X5XNBD Cat4500 E-Series 6-Slot Chassis,fan, no-24 (Service Item - site information required). CON-SNT-C4506E, 1, EA; LI 097, SW APP SUPP + UPGR Nexus 1000V License-1(Service Item - site information required). CON-SAU-VLEMUCS, 48, EA; LI 098, 1000BASE-T SFP-2. GLC-T=, 1, EA; LI 099, 1000BASE-T SFP-3. GLC-T=, 1, EA; LI 100, Cisco Unified Computing System-41. N20-Z0001, 1, EA; LI 101, UCS 5108 Blade Server Chassis/0 PSU/8 fans/0fabric extender-5. N20-C6508, 1, EA; LI 102, UCS B250 M2 Blade Server w/o CPU, memory, HDD,mezzanine-6. N20-B6625-2, 2, EA; LI 103, Windows Svr 2008 EN REL 2 (1-8CPU, 25CAL), 0media-15. MSWS-08-ENHV, 2, EA; LI 104, 2.66GHz Xeon E5640 80W CPU/12MB cache/DDR31066MHz-16. A01-X0109, 4, EA; LI 105, UCS B200 M2 Blade Server w/o CPU, memory, HDD,mezzanine-17. N20-B6625-1, 3, EA; LI 106, CPU heat sink for UCS B200 M1 Blade Server-18. N20-BHTS1, 6, EA; LI 107, HDD slot blanking panel for UCS B-Series BladeServers-19. N20-BBLKD, 6, EA; LI 108, Nexus 1000V License PAK For 1 Virtual EthernetModule On UCS-20. N1K-VLEM-UCS-1, 6, EA; LI 109, Windows Svr 2008 EN REL 2 media-21. MSWS-08-ENHV-RM, 3, EA; LI 110, 4GB DDR3-1333MHz RDIMM/PC3-10600/dual rank 1GbDRAMs-22. N01-M304GB1, 36, EA; LI 111, 2.66GHz Xeon E5640 80W CPU/12MB cache/DDR31066MHz-23. A01-X0109, 6, EA; LI 112, VMware vSphere Enterprise Plus (1 CPU), 1yrsupport required-24. VMW-VS-ENTP-1A, 6, EA; LI 113, Windows Svr 2008 EN REL 2 (1-8CPU, 25CAL), 0media-25. MSWS-08-ENHV, 3, EA; LI 114, HDD slot blanking panel for UCS B-Series BladeServers-7. N20-BBLKD, 4, EA; LI 115, UCS M81KR Virtual Interface Card/PCIe/2-port10Gb-26. N20-AC0002, 3, EA; LI 116, UCS B200 M2 Blade Server w/o CPU, memory, HDD,mezzanine-27. N20-B6625-1, 1, EA; LI 117, CPU heat sink for UCS B200 M1 Blade Server-28. N20-BHTS1, 2, EA; LI 118, HDD slot blanking panel for UCS B-Series BladeServers-29. N20-BBLKD, 2, EA; LI 119, VMware vCenter Server Standard, 1yr supportrequired-30. VMW-VCS-1A, 1, EA; LI 120, Nexus 1000V License PAK For 1 VirtualEthernet Module On UCS-31. N1K-VLEM-UCS-1, 2, EA; LI 121, Windows Svr 2008 EN REL 2 media-32. MSWS-08-ENHV-RM, 1, EA; LI 122, 4GB DDR3-1333MHz RDIMM/PC3-10600/dual rank 1GbDRAMs-33. N01-M304GB1, 12, EA; LI 123, 2.66GHz Xeon E5640 80W CPU/12MB cache/DDR31066MHz-34. A01-X0109, 2, EA; LI 124, CPU heat sink for UCS B250 M2 Blade Server-8. N20-BHTS4, 4, EA; LI 125, VMware vSphere Enterprise Plus (1 CPU), 1yrsupport required-35. VMW-VS-ENTP-1A, 2, EA; LI 126, Windows Svr 2008 EN REL 2 (1-8CPU, 25CAL), 0media-36. MSWS-08-ENHV, 1, EA; LI 127, UCS M81KR Virtual Interface Card/PCIe/2-port10Gb-37. N20-AC0002, 1, EA; LI 128, UCS 2104XP Fabric Extender/4 external 10Gbports-38. N20-I6584, 2, EA; LI 129, 2500W power supply unit for UCS 5108-39. N20-PAC5-2500W, 4, EA; LI 130, Cabinet Jumper Power Cord, 250 VAC 16A, C20-C19Connectors-40. CAB-C19-CBN, 4, EA; LI 131, Fan module for UCS 5108-41. N20-FAN5, 8, EA; LI 132, Single phase AC power module for UCS 5108-42. N01-UAC1, 1, EA; LI 133, UCS 5108 Blade Server Chassis FW package-43. N20-FW004, 1, EA; LI 134, 8GB DDR3-1333MHz RDIMM/PC3-10600/2x4GB Kit-9. A02-M308GB1-2, 48, EA; LI 135, Bundle component for A02-M308GB1-2-10. A02-MEMKIT-004A, 96, EA; LI 136, UCS M81KR Virtual Interface Card/PCIe/2-port10Gb-11. N20-AC0002, 4, EA; LI 137, Nexus 1000V License PAK For 1 VirtualEthernet Module On UCS-12. N1K-VLEM-UCS-1, 4, EA; LI 138, Windows Svr 2008 EN REL 2 media-13. MSWS-08-ENHV-RM, 2, EA; LI 139, VMware vSphere Enterprise Plus (1 CPU), 1yrsupport required-14. VMW-VS-ENTP-1A, 4, EA; LI 140, UCS 6120XP 20-port Fabric Interconnect/0 PSU/2fans/no SFP+-44. N10-S6100, 2, EA; LI 141, 6-port 8Gb FC/Expansion module/UCS 6100 Series-45. N10-E0060, 2, EA; LI 142, 550W power supply unit for UCS6120XP/100-240VAC-46. N10-PAC1-550W, 4, EA; LI 143, Recessed receptical AC power cord 27-47. CAB-C13-C14-JMPR, 4, EA; LI 144, UCS Manager v1.2.1-48. N10-MGT004, 2, EA; LI 145, Accessory kit for UCS 6120XP FabricInterconnect-49. N10-SACCA, 2, EA; LI 146, 8 Gbps Fibre Channel SW SFP+, LC-50. DS-SFP-FC8G-SW, 12, EA; LI 147, 10GBASE-CU SFP+ Cable 3 Meter-51. SFP-H10GB-CU3M, 8, EA; LI 148, UC SUPPORT 24X7X4 6120XP 20PT FabricInterconnect-52 (Service Item - site information required).CON-UCS3-1S6100, 2, EA; LI 149, UC SUPPORT 24X7X4 6Pt 8GbFC/Expansion Mod/UCS 6100 Series-53 (Service Item - siteinformation required). CON-UCS3-1E0060, 2, EA; LI 150, UC SUPPORT 24X7X4 5108 Blade ServerChassis-54 (Service Item - site information required). CON-UCS3-2C6508, 1, EA; LI 151, ISV 24X7 WINSVR08 EN 1-8CPU 25CAL RQD-55(Service Item - site information required). CON-ISV1-M8ENHV, 2, EA; LI 152, ISV 24X7 VMware vSphere EntPlus1CPU 1YrRQD-56 (Service Item - site information required). CON-ISV1-VSENTP1A, 2, EA; LI 153, UC SUPPORT 24X7X4 UCSB250 M2 BladeSvr w/o CPU Mem HDD Mez-57 (Service Item - site informationrequired). CON-UCS3-B66252, 2, EA; LI 154, ISV 24X7 WINSVR08 EN 1-8CPU 25CAL RQD-58(Service Item - site information required). CON-ISV1-M8ENHV, 3, EA; LI 155, ISV 24X7 VMwarevCenter Server Std 1 Yr RQD-59 (Service Item - siteinformation required). CON-ISV1-VCS1A, 1, EA; LI 156, ISV 24X7 WINSVR08 EN1-8CPU 25CAL RQD-60 (Service Item - site informationrequired). CON-ISV1-M8ENHV, 1, EA; LI 157, ISV 24X7 VMwarevSphere EntPlus1CPU 1Yr RQD-61 (Service Item - siteinformation required). CON-ISV1-VSENTP1A, 4, EA; LI 158, UC SUPPORT 24X7X4UCSB200 M2 Blade Svr w/o CPU Mem HDD Mez-62 (Service Item -site information required). CON-UCS3-B66251, 1, EA; LI 159, ISV 24X7 VMwarevSphere EntPlus1CPU 1Yr RQD-63 (Service Item - siteinformation required). CON-ISV1-VSENTP1A, 6, EA; LI 160, UC SUPPORT 24X7X4UCSB200 M2 Blade Svr w/o CPU Mem HDD Mez-64 (Service Item -site information required). CON-UCS3-B66251, 3, EA; LI 161, Professional Services, 1, LT; 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. 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. 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. 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 Buy American Act (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. 52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American ActSupplies. TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM. ***TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1006021007/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN02205596-W 20100716/100714235040-a06b990aad0cb9c1d018a41b877c281a (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.