Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

70 -- Hewlett-Packard Servers & Software

Notice Date
2/26/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
5196-931008
 
Response Due
3/3/2009
 
Archive Date
8/30/2009
 
Point of Contact
Name: Steven Haines, Title: Logistics Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 5196-931008. 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. 110164_01. 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 2009-03-03 11:00:00.0 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, Hewlett-Packard 391835-B21HP DL380G5 CTO Chassis, 1, EA; LI 002, Hewlett-Packard 458581-L21HP X5460 DL380G5 FIO Kit, 1, EA; LI 003, Hewlett-Packard 458581-B21HP X5460 DL380G5 Kit, 1, EA; LI 004, Hewlett-Packard 397413-B21HP 4GB FBD PC2-5300 2x2GB Kit, 2, EA; LI 005, Hewlett-Packard 418369-B21HP 36GB 15k SAS 2.5 HP DP HDD, 2, EA; LI 006, Hewlett-Packard 418371-B21HP 72GB 15k SAS 2.5 HP DP HDD, 6, EA; LI 007, Hewlett-Packard 383975-B21HP 8X Slim DVD+RW Drive, 1, EA; LI 008, Hewlett-Packard 405162-B21HP Smart Array P400/512 DL38x LP FIO Ctr, 1, EA; LI 009, Hewlett-Packard 412648-B21HP NC360T PCIe Dp Gigabit Server Adapter, 1, EA; LI 010, Hewlett-Packard 399771-B21HP 1000W IEC C14 Cord RPS Kit, 1, EA; LI 011, Hewlett-Packard 468730-B21MS W2008 5Dev CAL E F I DE S Lic, 1, EA; LI 012, Hewlett-Packard 468723-B21MS W2008 Srv Ent Ed FIO Npi Eng SW, 1, EA; LI 013, Hewlett-Packard UD940EHP 3y 4h24x7 w/DMR Proliant DL38x HWSupp, 1, EA; LI 014, Installation/Integration: All components must be fully integrated/configured prior to shipment. Customer will perform onsite racking and installation using existing equipment. Server power requirements will be met on site., 1, Lot; 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. 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. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. 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. (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. 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.") This Justification is on a Brand Name basis for the purchase of (1) Hewlett-Packard brand server and components. The statutory authority permitting other than full and open competition is 41 USC 253(c)(1).. As this justification is issued on a brand name basis, no one contractors unique qualifications are used as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Departments requirements. The Global Financial Service Center currently has a server farm with all Hewlett-Packard servers similar to the server being requested. The HP servers requested fit into current rack/space configuration, and substitutions will cause problems with space and compatibility (e.g. different hardware configurations, different baseline installation/bios/hardware anomalies, etc).. These servers are also already approved by the Department's IT Change Control Board and fit their baseline requirements. By purchasing an HP server only, GFSC has the ability to use interchangeable parts/drives from current HP servers, 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 restricting the servers to a minimal number of models and manufacturers, the Department can leverage the availability of spare parts for these mission critical assets and minimal cost to the government. Similarly, this configuration control gives the Department to rapidly replace and provision servers utilizing server software imaging technology, as the source and target systems contain the same hardware. This capability is crucial to the effective remote administration of facilities at great distance from GFSC. This repost amends the solicitation to correct part numbers and configuration data to ensure that items are fuly integrated/configured prior to shipment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=185611ee5a995e76e2be73ea5e3457b5&tab=core&_cview=1)
 
Place of Performance
Address: CHARLESTON, SC 29405<br />
Zip Code: 29405<br />
 
Record
SN01757944-W 20090228/090226220747-185611ee5a995e76e2be73ea5e3457b5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.