Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

70 -- HP Desktops and Servers

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N. Fort Myer Dr., Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1064-005037
 
Response Due
8/13/2010
 
Archive Date
2/9/2011
 
Point of Contact
Name: Mike Henderson, Title: Contract Specialist, Phone: 703-516-1961, Fax:
 
E-Mail Address
hendersonmp@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 1064-005037 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 334112 with a small business size standard of 1,000.00 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 2010-08-13 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Charleston, SC 29405 The Department of State requires the following items, Exact Match Only, to the following: LI 001, HP CTO ONLY DL580R05 CTO CHASSISMfg#: 452291-B21, 2, EA; LI 002, HP CTO ONLY DL580G5 2.93 130W FIOMfg#:451999-L21, 2, EA; LI 003, HP CTO ONLY X7350 DL580 G5 PROC KITMfg#: 451999-B21, 6, EA; LI 004, HP CTO ONLY 146GB 3G PLUG SAS 10K SFMfg#: 431958-B21, 16, EA; LI 005, HP CTO ONLY DVD-ROM OPTION KIT CTOMfg#: 264007-B21, 2, EA; LI 006, CTO ONLY PSERIES 512MB BBWC KITMfg#: 405148-B21, 2, EA; LI 007, HP CTO ONLY DL580 G5 1200W 12V HOTPLMfg#: 437572-B21, 4, EA; LI 008, HPE 5YR 24X7X4 W/DMR DL58X HW SUPMfg#: UH112EElectronic distribution - NO MEDIA, 2, EA; LI 009, HP CTO ONLY 16GB FBD PC2-5300 2X8GB; Mfg#: 413015-B21, 8, EA; LI 010, HP CTO ONLY 6' 1.83M 10A C13-UL US PMfg#: AF556A, 4, EA; LI 011, HP CTO ONLY NC364T PCIE 4PT GBIT ADPMfg#: 435508-B21, 2, EA; LI 012, **Compaq 6005 Pro Small Form FactorPC *AMD 785G Chipset *IntegratedDASH 1.1 *Integrated BroadcomNetXtreme GbE BCM 5761 *Windows XPProfessional (available throughdowngrade rights from GenuineWindows 7 Professional) *HP Compaq6005 Pro SFF 89% Chassis *AMD AthlonII X2 215 *4GB PC3-10600 Memory(2x2GB) *160GB 3.5-inch 7200rpm SATA3.0Gb/s NCQ, SMART IV *HP SATASuperMulti LIghtScribe DVD WriterDrive *NVIDIA Quadro NVS 290 (256MBDH) PCIe x16 Graphics Card *HP PS/2Standard Keyboard *HP PS/2 2-ButtonOptical Scroll Mouse *GenuineWindows7 Pro 32 Recovery DVD *SingleUnit (SFF) Packaging *HP CompaqCountry Kit 6005 Pro (IncludesQuick Setup and Getting Startedmanual in English andcountry-specific power cord) *HP3-3-3 (parts/labor/next business dayon-site) warranty, 12, EA; LI 013, HP Z400 Workstation *MS Windows 7Downgrade to XP 64OS *Intel XeonW3520 2.66 8MB/1066 QC CPU *HP 4GB(2x2GB) DDR3-1333 ECC RAM *NVIDIAQuadro FX380 256MB Graphics *HP250GB SATA 7200 1st HDD *HP 250GBSATA 7200 2nd HDD *HP PS/2 StandardKeyboard *HP PS/2 Optical ScrollMouse *HP 1.44MB Floppy Disk Drive*HP 16X DVD+-RW SuperMulti SATA 1stDrive, 18, 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. An Offeror 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 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. 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 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. 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. 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. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. (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. FAR 52.225-5 Trade Agreements and FAR 52.225-6 Trade Agreements Certificate will apply to the resulting order. 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. FAR 25.003 defines WTO GPA qualifying countries as: Aruba, Austria, Belgium, Bulgaria, Canada, Costa Rica, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Israel, Italy, Japan, Korea (Republic of), Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Netherlands, Norway, Oman, Peru, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, or United Kingdom. See FAR clauses listed above for full country details and restrictions. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ To be considered for award, all sellers must be manufacturer authorized distributors of the equipment/services they are offering. Sellers will be required to provide documentation as proof of authorization to be considered for award. Please send this documentation to FedBids client services team (clientservices@fedbid.com) prior to the close of this Buy. Hewlett Packard provides hardware and software for the processing infrastructure of the Departments Joint Financial Management System (JFMS) financial system platform, which is comprised of the Global Financial Management System (GFMS), Regional Financial Management System (RFMS) and the USAID JFMS/Phoenix financial system.. This hardware and software provides a compatible environment for the core production financial applications, office productivity applications, and electronic messaging for JFMS. The mission critical nature of this hardware and software requires periodic incremental upgrades of hardware and software to preserve the performance characteristics of these applications under increased user and data volumes. Components of the hardware and all of the software for this platform meet the compatibility requirements to provide unified staging process and consistency with existing systems components. The statutory authority permitting other than full and open competition is 41 U.S,C, 253 (c) (2), The regulatory authority is 41 USC 253(g), FAR 6.302-1 (2)(c), only one responsible source...particular brand name, product or feature of a product, perculiar to one manufacturer. Hewlett Packard Service & Subscriptions and Software/Hardware products are intellectual property to Hewlett Packard and can only be provided by Hewlett Packard or an authorized reseller of Hewlett Packard. The Hewlett Packard Hardware and Software supports the high performance, high availability data processing requirements for the 24 x 7 operation of GFSC. GFSC currently has a server farm with all Hewlett Packard (HP) servers similar to the requested server, which also will conform to current GFSC rack space/configuration specifications. Substitutions may cause problems with space and compatibility and would require additional cost for alternate rack configurations. GFSC has an existing farm of HP servers, new servers are ordered, parts/drives that are interchangeable are also ordered, allowing for greater redundancy and potential uptime. This allows for a single set of spare parts for maintenance which helps control costs and a single vendor point of contact for on site maintenance thereby reducing administrative and operational overhead when maintenance is required. By not continuing to use Hewlett Packard servers and parts GFSC would incur software development and operational compatibility issues, and additional administrative and operational overhead to support different vendor hardware (ie. different hardware configurations, different base installation/bios/hardware anomalies, etc.). RM (Resource Managment) maintains three separate physical server farms, production, development, and continuity of operations. In support of these environments, RM maintains an inventory of onsite spare parts; disk drives, network adapters, chassis and CPU fans etc. By restricting our servers to a minimal number of models provided by a specified brand name manufacturer across these three server farms, RM leverages insured software development platform compatibility and the availability of spare parts for these mission critical assets at minimal cost to the government. Similarly this configuration control gives us the ability to rapidly replace and provision servers in the three environments utilizing server software imaging technology, as the source and target systems contain the same hardware. This capability is crucial to RM's effective remote administration of our continuity of operations facility located 575 miles away. Servers must come fully configured and integrated prior to shipment. For questions after the award, selected seller will contact End user - Information to be provided on award document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1064-005037/listing.html)
 
Place of Performance
Address: Charleston, SC 29405
Zip Code: 29405
 
Record
SN02236829-W 20100813/100811235425-0660b839b641763987ed54fc91071436 (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.