Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
MODIFICATION

70 -- Servers

Notice Date
8/6/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
5630 Fishers Lane, Rockville, MD 20857
 
ZIP Code
20857
 
Solicitation Number
FDA-SOL-10-1078068
 
Response Due
8/6/2010
 
Archive Date
2/2/2011
 
Point of Contact
Name: Danielle Pena, Title: Contract Specialist, Phone: 301.443.5860, Fax: 301.827.7039
 
E-Mail Address
danielle.pena@fda.hhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is FDA-SOL-10-1078068 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Silver Spring, MD 20993 The DHHS FDA Office of Acquisitions and Grants Services requires the following items, Brand Name or Equal, to the following: LI 001, HP Proliant DL 585 G5 Server or Equal Component Capability: This class is a mid-range server, typically used for high-end computing with floating point-intensive workloads, and contains up to sixteen (16) CPUs (quad core or dual quad core) and up to 256GB of RAM, up to eight (8) internal SAS boot disks with RAID 1 and/or RAID 5, redundant power supplies, redundant Gigabit ethernet connections, and redundant host bus adapters (HBAs). A typical server in this class is the HP Proliant DL585 G5 server. The baseline configuration contains four (4) quad-core CPUs, 64 GB RAM, four (4) 500GB hard drives, with Platimum service plan, redundant power supplies, redundant quad-port Gigabit ethernet cards, redundant 10Gbe ports and redundant HBAs. Salient Characteristics: Multi-core / Multi-Threaded processor with four quad-core CPUs (Total 16 CPUs, AMD Opteron 8300 serials or similar, 2.6Ghz or over) and 64GB RAM in a maximum 6RU of space. The ability to run Redhat Linux-based server (Redhat ES 5.5 or Advance Platform) and support partitions. Must include two power cords; network port redundancy for a total of four(4) ports (Gbe copper), redundant quad-port Gigabit ethernet cards. Must include four (4) 500GB SAS boot disks with RAID 1 and/or RAID 5. Vendor should provide 3-year parts, labor and onsite services. Both hardware and software support must be provided. Vendor must be an authorized reseller of the server equipment. No questions will be answered after August 5, 2010, 2PM Eastern Time., 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, DHHS FDA Office of Acquisitions and Grants Services 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS FDA Office of Acquisitions and Grants Services is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. This is a BRAND NAME OR EQUAL acquisition; in accordance with FAR 52.211-6, to be considered for award, offers of qual products must meet the salient physical, functional, or performance characteristics listed in the line item description. The "brand name" has been approved by the Food and Drug Administration's (FDA) Office of Information Management (OIM) for operation in FDA's Information Technology environment (IT Investment Management Process/Master Approved Technologies List). Any item proposed other than the "brand name" item or not previously tested and approved for IT environment operations may require testing by OIM before award. Offerors not providing the "brand name" item shall provide a full set of technical specifications with their offer. FDA will determine if further testing of the item is required. Consequently, the offeror shall be prepared to provide FDA with a test unit within 15 days of offer submission. Offerors shall certify their offers to be valid for 60 days. The award will be based on lowest price technically acceptable. Confirm that amendments (response to questions) were reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-10-1078068/listing.html)
 
Place of Performance
Address: Silver Spring, MD 20993
Zip Code: 20993
 
Record
SN02232771-W 20100808/100807000120-d2e48e6e2a5a315d44b86af8a3b5e62b (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.