Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

70 -- IBM P730 hardware running AIX Operating System (OS)

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
TWB-01-A31M, Washington, DC 20555
 
ZIP Code
20555
 
Solicitation Number
OIS-11-489
 
Response Due
9/19/2011
 
Archive Date
3/17/2012
 
Point of Contact
Name: Dominique Malone, Title: Sr. Contract Specialist, Phone: 3014923613, Fax:
 
E-Mail Address
dominique.malone@nrc.gov;
 
Small Business Set-Aside
N/A
 
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 OIS-11-489 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 2005-53. 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 unrestricted 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 2011-09-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Rockville, MD 20852 The Nuclear Regulatory Commission requires the following items, Exact Match Only, to the following: LI 001, IBM Hardware and Equipment 5313-HPOPOWER SOFTWARE HIPO05558231 E2B0967BASE OS0983TAA1071OS SPECIFY CODE AIX 7.11488FIREFOX5000PRELOAD5924ENGLISH9209HW NOT RACK INTEGRATED, 3, EA; LI 002, IBM Hardware and Equipment7042-CR6RACK MOUNT HW MANAG CONSOLE0033INTERNAL MODEM0962HMC LMC V70983US TAA COMPLIANCE INDICATOR1025MODEM CABLE US/CANADA GENERAL12088GB PLUGGABLE USB MEMORY OPTIO4650RACK INDICATOR-NOT FACT INTEGR6458POW CBL, DRAW 14-FT, 250V/10A7802ETH CBL,15M,HMC CSL TO SYSUNIT9069HMC/SRV ORDER LINKAGE IND9300LANG GROUP SPECIFY - US ENG, 1, EA; LI 003, IBM Hardware and Equipment7316-TF3FLAT PANEL CONSOLE KIT0983US TAA COMPLIANCE INDICATOR4650NO FACTORY INTEGRATION IND8880USB TRAVEL KEYB.W/CBL,US ENG.9300LANG GROUP SPEC-US ENGLISH9911POWER CORD (4M) - ALL, 1, EA; LI 004, IBM Hardware and Equipment7316-TF3FLAT PANEL CONSOLE KIT0983US TAA COMPLIANCE INDICATOR4269CABLE,USB CON.OPTION-1.5M4283IBM 1X8 RACK CONSOLE SWITCH4650NO FACTORY INTEGRATION IND8880USB TRAVEL KEYB.W/CBL,US ENG.9300LANG GROUP SPEC-US ENGLISH9911POWER CORD (4M) - ALL, 1, EA; LI 005, IBM Hardware and Equipment 8231-E2BPOWER 710 AND POWER 73010265AIX PARTITION SPECIFY10462SSD PLACEMENT INDICATOR - CEC10983US TAA COMPLIANCE INDICATOR11775177GB SFF1 SSD W/ EMLC AIX/LI41832QUAD-PORT 1 GB HEA DAUGHTER CA11886146GB 15K RPM SFF SAS DISK DRI22146PRIMARY OS - AIX14276VGA TO DVI CONNECTION CONVERTE1452716GB (2X8GB) MEMORY DIMMS, 10644650RACK INDICATOR- NOT FACTORY IN15000SOFTWARE PRELOAD REQUIRED15265MEMORY RISER CARD15267STORAGE BACKPLANE -- 6 SFF DRI15269PCIE LP POWER GXT145 GRAPHICS15603SYSTEM AC POWER SUPPLY, 1725 W25762SATA SLIMLINE DVD-RAM DRIVE16671POWER CORD 2.7M (9-FOOT), DRAW27318CHASSIS WITH TWO PROCESSOR PLA183598-CORE 3.55 GHZ POWER7 PROCESS28372ONE PROCESSOR ACTIVATION FOR P88375ZERO-PRICED PROCESSOR ACTIVATI89300LANGUAGE GROUP SPECIFY - US EN19440NEW AIX LICENSE CORE COUNTER16, 1, EA; LI 006, IBM Hardware and Equipment8231-E2BPOWER 710 AND POWER 73010265AIX PARTITION SPECIFY10462SSD PLACEMENT INDICATOR - CEC10983US TAA COMPLIANCE INDICATOR11775177GB SFF1 SSD W/ EMLC AIX/LI41832QUAD-PORT 1 GB HEA DAUGHTER CA11886146GB 15K RPM SFF SAS DISK DRI22146PRIMARY OS - AIX14276VGA TO DVI CONNECTION CONVERTE1452716GB (2X8GB) MEMORY DIMMS, 10644650RACK INDICATOR- NOT FACTORY IN15000SOFTWARE PRELOAD REQUIRED15265MEMORY RISER CARD15267STORAGE BACKPLANE -- 6 SFF DRI15269PCIE LP POWER GXT145 GRAPHICS15603SYSTEM AC POWER SUPPLY, 1725 W25762SATA SLIMLINE DVD-RAM DRIVE16671POWER CORD 2.7M (9-FOOT), DRAW27318CHASSIS WITH TWO PROCESSOR PLA183484-CORE 3.7 GHZ POWER7 PROCESS28381ONE PROCESSOR ACTIVATION FOR P48383ZERO PRICED PROC ACTIVFOR834849300LANGUAGE GROUP SPECIFY - US EN19440NEW AIX LICENSE CORE COUNTER8, 1, EA; LI 007, IBM Hardware and Equipment8231-E2BPOWER 710 AND POWER 73010265AIX PARTITION SPECIFY10462SSD PLACEMENT INDICATOR - CEC10983US TAA COMPLIANCE INDICATOR11775177GB SFF1 SSD W/ EMLC AIX/LI41832QUAD-PORT 1 GB HEA DAUGHTER CA11886146GB 15K RPM SFF SAS DISK DRI22146PRIMARY OS - AIX13930SYSTEM SERIAL PORT CONVERTER C1452716GB (2X8GB) MEMORY DIMMS, 10644650RACK INDICATOR- NOT FACTORY IN15000SOFTWARE PRELOAD REQUIRED15265MEMORY RISER CARD15267STORAGE BACKPLANE -- 6 SFF DRI15269PCIE LP POWER GXT145 GRAPHICS15603SYSTEM AC POWER SUPPLY, 1725 W25762SATA SLIMLINE DVD-RAM DRIVE16671POWER CORD 2.7M (9-FOOT), DRAW27318CHASSIS WITH TWO PROCESSOR PLA17802ETHERNET CABLE, 15M, HARDWARE183484-CORE 3.7 GHZ POWER7 PROCESS28381ONE PROCESSOR ACTIVATION FOR P48383ZERO PRICED PROC ACTIVFOR834849300LANGUAGE GROUP SPECIFY - US EN19440NEW AIX LICENSE CORE COUNTER8, 1, EA; LI 008, IBM Hardware and Equipment5692-A6PSYSTEM PROGRAM ORDER11100MEDIA CHARGE11488FIREFOX FOR AIX12271AIX EXP/STD ED V7.1 BASE12272AIX EXP/STD ED V7.1 U/D CD12273AIX EXP/STD ED V7.1 EX PACK13435DVD-ROM1, 3, EA; LI 009, IBM Hardware and Equipment5765-G98IBM AIX STANDARD EDITION10008PER PROC CORE ON SMALL P716, 1, EA; LI 010, IBM Hardware and Equipment5765-G98IBM AIX STANDARD EDITION10008PER PROC CORE ON SMALL P78, 2, EA; LI 011, IBM Hardware and Equipment5773-RS3MACHCONTRL REM SPT AGR HMC 3YR10569MCPRS FOR HMC,3Y,1 PROC10570MCPRS HMC,3Y,24X7,1 PROC17000SUPPLY FEATURE1, 2, EA; LI 012, IBM Hardware and Equipment5773-SM3SW MAINTENANCE FOR AIX,3 YEARS11252PER PROC SM P7 3 YR REG161253PER PROC SM P7 3 YR 7X2416, 1, EA; LI 013, IBM Hardware and Equipment5773-SM3SW MAINTENANCE FOR AIX,3 YEARS11252PER PROC SM P7 3 YR REG81253PER PROC SM P7 3 YR 7X248, 2, EA; LI 014, IBM Hardware and Equipment6942-25BWarranty Service Upgrade3 19708231-E2B 24x7x4 WSU34524WSU Same Day 24x7x4 Response3, 1, EA; LI 015, IBM Hardware and Equipment6942-CONContract Coverage (N/C codes)30096ServiceElite3, 1, EA; LI 016, IBM Hardware and Equipment6942-HMAHardware Maintenance (N/C codes)30025Hardware Maintenance Selected3, 1, EA; LI 017, IBM Hardware and Equipment6942-TCSTerms (N/C codes)3 0053Prepay Billing 3 Year Term3, 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, Nuclear Regulatory Commission 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. Nuclear Regulatory Commission 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. Brand name justification: The IBM P series hardware has been tested, implemented and in NRCs infrastructure for several years. The databases for some of the most critical applications within the agency have run on this hardware. The P series hardware is also part of the Technical Reference Model from Enterprise Architecture. The hardware has been thoroughly tested and applications that have databases running on the hardware rely on it to maintain an NRC Authority to Operate (ATO). Introducing a new series of hardware into the current infrastructure would bring extreme risk to the continuity of services since there would be a need for reconfiguration, testing and modification to the current ATO. In addition, utilizing existing software will help the agency capitalize on our current experience in regards to technical support, maintenance, test, and quality of the P series hardware. Questions: The offeror shall direct all questions relating to this solicitation only to the NRC Contract Specialist. The offeror shall direct any questions relating to the fedbid.com website to fedbid.com by email or by telephone. The Government will only consider open market quotations. Quotations from Federal Supply Schedule contracts or GWAC contracts will not be considered. Bid MUST be good for 30 calendar days after close of Buy. All offerors must be authorized resellers of Microsoft Products. To be considered for award, all Sellers must be manufacturer authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. Quotation must be valid for at least thirty (30) days after close of this reverse auction. 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. The following text replaces paragraphs (b) and (c) of provision 52.212-1: (b) Submission of quotations. Submit quotations according to the instructions in the solicitation before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations should show? (1) The solicitation number; (2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (3) If license agreement(s) apply, provide a copy of the applicable license agreement(s); (4) Documentation that shows how the offered products comply with Section 508 standards that are included elsewhere in this solicitation (if applicable); (5) If the offeror is a reseller/business partner and is offering product(s) that their company does not manufacture, the offeror should provide evidence that the offeror is authorized by the original equipment manufacturer to sell the products or services being offered. (6) A copy of the terms of any express warranty being offered for the offered products; (7) FOB Destination-based firm-fixed-price and any discount terms. The pricing structure in the quotation may differ from the pricing structure in the solicitation as long as all specifications and other requirements are met; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments (if any); (10) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of quotations. The offeror agrees to hold the prices in its quotation firm for at least 30 calendar days from the date and time that this FedBid.com reverse auction closes. 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. Applicable Section 508 Standards: 1194.21 Software applications and operating systems. The Government intends to award a purchase order to the responsible offeror whose technically acceptable quotation is deemed to represent the best value to the Government, price and other factors considered. The following factors will be used to evaluate quotation: 1.Extent to which quoted solution complies with minimum solicitation requirements; 2.Extent to which quoted solution complies with Section 508 standards included in this solicitation; and 3. Price. The following Federal Acquisition Regulation (FAR) (www.acquisition.gov/far) provisions and clauses apply to this solicitation: 52.212-1, 52.212-3, 52.212-4, and 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist) The following FAR clauses will apply to the resultant purchase order: 52.212-4; 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist); and any license agreement(s) that were submitted with the quotation. License agreements would become an Addendum to the purchase order, as set forth in clause 52.212-4(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/OIS-11-489/listing.html)
 
Place of Performance
Address: Rockville, MD 20852
Zip Code: 20852
 
Record
SN02574527-W 20110915/110914000638-704cd6ad1ee69f6386a9d11d62421955 (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.