Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

70 -- HP Hardware Components

Notice Date
9/22/2014
 
Notice Type
Presolicitation
 
Contracting Office
1701 N. Ft. Meyer Drive, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA14Q0310
 
Response Due
9/24/2014
 
Archive Date
3/23/2015
 
Point of Contact
Name: Telisa Williams, Title: Contract Specialist, Phone: 7038755892, Fax:
 
E-Mail Address
williamstl5@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number SAQMMA14Q0310. 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. 679623. 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 a [ Small Business ] set-aside 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 2014-09-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON, DC 20547 The Department of State requires the following items, Exact Match Only, to the following: LI 001: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HPDL360e Gen8 8SFF CTO Server Option ABA US English Localization, 10, EA; LI 002: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HPEL360e Gen8 E5-2420v2 FIO Kit, 10, EA; LI 003: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HPEL360e Gen8 E5-2420v2 kit Option OD1 Factory Integrated, 10, EA; LI 004: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP 16GB 2Rx4 PC3L-12800R-11 Kit Option OD1 Factory Integrated, 40, EA; LI 005: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP 450GB 6G SAS 100 K 2.5" DP ENT SC HDD Option OD1 Factory Integrated, 40, EA; LI 006: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP 9.5mm SATA DVD ROM.lb KIT Option OD1 Factory Integrated, 10, EA; LI 007: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP DL360eGen8 CPI1 Riser FIO Kit, 10, EA; LI 008: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP 1U Gen8 Smart Array Cable Kit Option OD1 Factory Integrated, 10, EA; LI 009: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP Smart Array P420/1GB FBWC Controller Option OD1 Factory Integrated, 10, EA; LI 010: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP Ethernet 10GB 2P 561T Adapter Option OD1 Factory Integrated, 10, EA; LI 011: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP 1U SFF Easy Install Rail Kit Option OD1 Factory Integrated, 10, EA; LI 012: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP460W CS Plat PL Ht Ptg Power Supply Kit Option OD1 Factory Integrated, 20, EA; LI 013: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP Indsight Control ML/DL/BL FOE BND Loc Option OD1 Factory Integrated, 10, EA; LI 014: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP 3yr 24x7 SW Support Opt 4YD, 10, EA; LI 015: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP 3yr 24x7 w/ DMR H Support Opt R2T, 10, EA; LI 016: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HPDL380p Gen8 8-LFF CTO Server Option ABA US English Loaclization, 1, EA; LI 017: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HPDL380p Gen8 E502670v2 FIO Kit, 1, EA; LI 018: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 128GB RAM, 2x450 GB 15K 3.5" SAS Disks 4x2TB 7.2K 3.5" SAS Disks) HP16GB 2RX4 PC3-14900R-13kit Option OD1 Factory Integrated, 8, EA; LI 019: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP 450GB SAS 15K 3.5" SC ENT HDD Option OD1 Factory Integrated, 2, EA; LI 020: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 128GB RAM, 2x450 GB 15K 3.5" SAS Disks 4x2TB 7.2K 3.5" SAS Disks) HP 2TB 6G SAS 7.2K 3.5" SC MDL HDD Option OD1 Factory Integrated, 4, EA; LI 021: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP12.7mm SATA DVD ROM Jb Kit Option OD1 Factory Integrated, 1, EA; LI 022: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP Ethernet 10GB 2P 561T Adapter Option OD1 Factory Integrated, 1, EA; LI 023: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP Ethernet 1GBE 4P 331FLR FIO Adapter, 1, EA; LI 024: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP 1GB FBWC to P Series Smart Array Option OD1 Factory Integrate, 1, EA; LI 025: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP 2U LFF Easy Instal Rail Kit with CMA Option OD1 Factory Integrat, 1, EA; LI 026: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP 82Q 8GB Dual Port PCI-e FC HBA Option OD1 Factory Integrated, 1, EA; LI 027: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP 750W CS Plat Ht Plg Power Supply Kit Option OD1 Factory Integ, 2, EA; LI 028: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP Insight Control ML/DL/BL FIO Bnd Lic, 1, EA; LI 029: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP 3yr 24x7 SW Support Option 4YD HP IC ML DL BL S, 1, EA; LI 030: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP 3y 4h 24x7 w/DMR HW Support Option 7G3 Proliant DL38X(p) HW S, 1, EA; LI 031: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL380P GEN 8 8LFF Server (2xES-2670-2 CPUs, 192GB RAM, 2x450 GB 15K 3.5" SAS Disks 6x2TB 7.2K 3.5" SAS Disks) HP DL380P Gen 8 E5-2670v2 Kit Option OD1 Factory Integrated, 1, EA; LI 032: ECA-IIP/EX/IT NETWORK UPGRADE ADP COMPONENTS FROM HP HP DL360e Gen 8 BSFF Server (2xE5-2420v2 CPUs, 64GB RAM, 2x450 GB 10K 2.5" SAS Disks 4X1.2 TB 10K 2.5" SAS Disks) HP460 GB 6G SAS 10K 2.5in SC ENT HDD, 10, 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. This solicitation requires registration with the System for AwardManagement (SAM)prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines.Information can be found at www.sam.gov. No bids will be accepted from bidders proposing to use another firm?s GSA schedule, even if they have permission of the firm to use it. The bidder must be the owner of the GSA schedule in order to bid and to be considered for award. Bids that do not comply with this offer term will be removed from consideration. 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). 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. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. 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 software is licensed originally to Buyer as the original licensee authorized to use the software. 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. 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.")
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14Q0310/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20547
Zip Code: 20547
 
Record
SN03522116-W 20140924/140922235429-45d633e9f3fb7a687fefb5fb9f19915c (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.