Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

70 -- CommVault

Notice Date
8/29/2011
 
Notice Type
Presolicitation
 
Contracting Office
2201 C STREET NW, RM 5442, WASHINGTON, DC 20520
 
ZIP Code
20520
 
Solicitation Number
1721171086A
 
Response Due
8/31/2011
 
Archive Date
2/27/2012
 
Point of Contact
Name: Monica Watson, Title: Management Analyst, Phone: 7038755853, Fax:
 
E-Mail Address
watsonm@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1721171086. 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. 284345. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. 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 GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2011-08-31 15:00:00.0 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, Exact Match Only, to the following: LI 001, SEI Hardware- 2TB SATA Disk Drive Module. Part # SX4140-2TB-SATA-1, 12, EA; LI 002, SEI Hardware- SX4140 Base Model with both high performance 8 Gbps FC ports with 8GB cache (4GB per controller), dual controllers, dual power supplies with BBUs, LAN port. Rail Kit, SFP's and cables included. Storage Manager software, Access Control, Reallocation Cont. rol, PathManager. Part# SX4140-DUAL-BASE-XTB, 1, EA; LI 003, SEI Hardware- 1U NAS server; 2x Quad Core 2.xGHz processors; 8Gb RAM; RAID; 2 x 73GB 15K SAS drives; 8x DVD; Dual Gigabit NICs; 4Gb PCIe Dual Port FC HBA; Rail Kit; Redundant Power; Windows 2008. Part# SX-NAS-1U-1, 1, EA; LI 004, SEI Professional Services- 1 Day/1 Person Advanced Solutions Group - Installation & Configuratioin as it pertains: RAID creation; RAID Initialization; Storage Performance Optimization; LUN Configuration; LUN Implementation; FC Switch/HUB Configuration; Switch/HUB Optimization; Se rver/Client HBA Parameter Configuration, Document Management Installation and Configuration. (Services are for One Day, Monday - Friday 8:00am - 5:00pm). Part# INSTALL-CONFIG, 1, EA; LI 005, SEI Maintenance- 24 x 7 x 365 with 4 Hour On-Site (1 Year) when purchased hardware and software together. Software only is at 30% of net. Part #: MAINTENANCE-GOLD, 1, EA; LI 006, COMMVAULT SOFTWARE- Use this item to request number of required CommCell licenses per CLA Customer. Account team must direct allocation of total capacity to each Cell in the CLA. Part#: CAP-NC-CCELL, 1, EA; LI 007, COMMVAULT SOFTWARE- Add qty to each CLA customer to provide the Monitor (CommNet App) Enterprise Reporting Server. Part#: CAP-NC-MONITOR, 1, EA; LI 008, COMMVAULT SOFTWARE- This bundle provides full rights to use all Backup and Replication agents supported by the Data Protection Enterprise feature package, based on 1TB of data protection capacity. Capacity usage is measured based on the front-end/Application Size of the las t FULL backup per active client/subclient policy. The cell(s) allow installation of any combination of agents and features up to the maximum client size limits on the cell. (Sold per Terabyte of Front-End Protection Size, Tiered Volume price) Part #: SB-C-DPE-1T, 12, EA; LI 009, COMMVAULT Professional Services, Training & Travel - Travel Expenses - price per consultant per day. Part #: TRVL-CONS-NTE, 5, EA; LI 010, COMMVAULT Professional Services, Training & Travel - 5 days [IC-CONSDEP]; Training - 3 Credits [TR-CREDIT]; EL-Operator - 1 User. Part# SB-CVPS-4, 1, EA; LI 011, COMMVAULT PROFESSIONAL SERVICES- Unit of Instructor-led Training Courses conducted in Public Facility require one (1) training credit per training day per student. Courses conducted in private facility require five (5) training credits per day for any number of students up to a maximum m as defined by the local registrar. Part#: TR-CREDIT-RS, 3, EA; LI 012, COMMVAULT Federal Maintenance- Use this item to request number of required CommCell licenses per CLA Customer. Account team must direct allocation of total capacity to each Cell in the CLA. Part# CAP-NC-CCELLM, 1, EA; LI 013, COMMVAULT Federal Maintenance- Add qty to each CLA customer to provide the Monitor (CommNet App) Enterprise Reporting Server. Part# CAP-NC-MONITORM, 1, EA; LI 014, COMMVAULT FEDERAL MAINTENANCE- Maintenance for This bundle provides full rights to use all Backup and Replication agents supported by the Data Protection Enterprise feature package, based on 1TB of data protection capacity. Capacity usage is measured based on the front-end/Application Size of the last FULL backup per active client/subclient policy. The cell(s) allow installation of any combination of agents and features up to the maximum client size limits on the cell. (Sold per Terabyte of Front-End Protection Size, Tiered Volume price) Part #: SB-C-DPE-1TM, 12, 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 Cisco's 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. 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. 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. 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. 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. 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.") 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; these can be submitted to clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1721171086A/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN02553346-W 20110831/110829235205-03286fedd0bb4d3f0c5c1cc473d80116 (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.