Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
MODIFICATION

70 -- Processors

Notice Date
8/25/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
POB 9115, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
01780Q8406
 
Response Due
8/26/2010
 
Archive Date
2/22/2011
 
Point of Contact
Name: Hadar Jones, Title: Logistical Management Specialist, Phone: 703-875-4985, Fax: 703-875-5272
 
E-Mail Address
joneshd@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 01780Q8406. 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. 206456_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 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 2010-08-26 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20008 The Department of State requires the following items, Exact Match Only, to the following: LI 001, HP FIO DL360 G6 CTO CHASSISMFG# FIO-484148-B21, 14, EA; LI 002, HP CTO ONLY QUAD CORE PROCESS E5540MFG# FIO-505880-L21, 14, EA; LI 003, HP CTO ONLY 8GB PC3-10600R 4XGB MEMMFG# 500656-8GB, 1, EA; LI 004, HP CTO ONLY 300GB 6G PLUG SAS 10K SFMFG# FIO-507127-B21, 5, EA; LI 005, HP CTO ONLY RAID 5 DR 1 FIO SETTINGMFG# FIO-339779-B21, 1, EA; LI 006, HP CTO ONLY DL360 GB 12.7MM SATA DVDMFG# FIO-532068-B21, 14, EA; LI 007, HP CTO 460W 12V HOTPLUG AC PWRMFG# FIO-503296-2PS, 28, EA; LI 008, HP CTO ONLY 8GB 2X 2RX4 PC3-10600R 9MFG# FIO-500658-8GB, 13, EA; LI 009, HP CTO ONLY 72GB 3G PLUG SAS 15K SFFMFG# FIO-418371-B21, 65, EA; LI 010, HP CTO ONLY 3Y 4H24X7 W/DMR PROLIANMFG# FIO-UH085E, 14, EA; LI 011, HP CTO ONLY PROLIANT FOUNDATION PACKMFG# FIO-534516-B21, 1, 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 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. No partial shipments are permitted unless specifically authorized at the 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. 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 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. The Office of Acquisition Management is conducting this acquisition for thirteen (13) Hewlett Packard servers and components on behalf of Diplomatic Security Office of Foreign Missions, Information Management Division (DS/OFM/IM). The new Hewlett Packard servers will replace our current servers in the Regional offices (Washington DC, Miami, Houston, Chicago, Los Angeles, and San Francisco), State Annex 33, and Main State. These servers are critical to the day-to-day functionality of not only the Office of Foreign Missions but also the Office of Chief Protocol. Both divisions leverage these servers that house OFMs custom built applications as well as for print and file services. Without these reliable devices, work as it is today cannot be maintained. These servers will house our TOMIS application. The products indentified by brand name herein have been determined to be the only items that meet OFMs requirements as a key component of the networking system. This purchase is an extensions of the investment already made. This is not a completely new installation but builds upon existing infrastructure. An identification of the statutory authority permitting other than full and open competition: This justification is being made on the basis that Only One Responsible Source is available (HP Brand Name Only) (cf. 41 USC 253(g) and FAR 13.501).Although the FAR does not cross-reference a specific regulation requiring written justification of brand name only specifications for GWAC purchases as it does for open market, simplified acquisition, and federal Supply Schedule purchases, the Frequently Asked Questions (FAQ) on NASAs SEWP IV website indicates that NASA believes the OMB/OFPP policy with respect to such justifications applies to purchases under this GWAC program. Therefore, this Brand Name Justification and Approval is being prepared, reviewed, and approved, and will be publicized with the solicitation. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: The items are available on NASA SEWP IV GWAC, and competition will be limited to NASA SEWP IV GWAC contract holders through www.FedBid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/01780Q8406/listing.html)
 
Place of Performance
Address: Washington, DC 20008
Zip Code: 20008-3025
 
Record
SN02255076-W 20100827/100825235929-5a9a0bf931e3f4abee726e6f7ce77652 (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.