Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

70 -- IT Equipment

Notice Date
7/14/2009
 
Notice Type
Presolicitation
 
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
1036-931007
 
Response Due
7/16/2009
 
Archive Date
1/12/2010
 
Point of Contact
Name: Terry Lord, Title: Contract Specialist, Phone: 703-875-4801, Fax: 1111111111
 
E-Mail Address
lordtg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1036-931007. 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. 134405. 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 2009-07-16 13:30:00.0 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, FAS3170 Cluster Upgrade with 36Months of Standard Support, 1, EA; LI 002, Part # - DOC-31XX-C Documents,31XX,-C, 1, EA; LI 003, Part # - FAS3170AUG-BASE-R5 FAS3170A Upgrade Base,OS,CFO,R5, 1, EA; LI 004, Part # - X1008A-R6-C NIC,2-Port,10GbE,Fiber,PCIe,-C,R6, 2, EA; LI 005, Part # - X1049A-R6-C NIC,4-Port,GbE,Copper,PCIe,-C,R6, 1, EA; LI 006, Part # - X8533-R5 FAN ASSY,31XX,R5, 3, EA; LI 007, SOFTWAREPart # - SW-T5-CIFS-C CIFS Software,T5,-C, 1, EA; LI 008, SOFTWAREPart # - SW-T5-ISCSI-C iSCSI Software,T5,-C, 1, EA; LI 009, SOFTWAREPart # - SW-T5-SRESTORE-CSnapRestore Software,T5,-C, 1, EA; LI 010, SOFTWAREPart # - SW-T5-NEARSTORE-C Nearstore Software,T5,-C, 1, EA; LI 011, SOFTWAREPart # - SW-T5-ASIS-C A-SIS Deduplication Software,T5,-C, 1, EA; LI 012, SOFTWAREPart # - SW-T5-DSANIT-C Disk Sanitization Software,T5,-C, 1, EA; LI 013, SOFTWAREPart # - SW-T5-FLEXCLN-C Flexclone Software,T5,-C, 1, EA; LI 014, SOFTWAREPart # - SW-T5-SMIRROR-C SnapMirror Software,T5,-C, 1, EA; LI 015, SOFTWAREPart # - SW-T5-SVPRI-C SnapVault Primary Software,T5,-C, 1, EA; LI 016, 36 Months SupportPart # - CS-A-4R SupportEdge Standard Replace 4hr (36 Months), 1, EA; LI 017, ADDITIONAL NICPart # - X1008A-R6 NIC,2-Port,10GbE,Fiber,PCIe,R6, 2, EA; LI 018, ADDITIONAL NETAPP SOFTWAREPart # - SW-SSP-SME-SERV SW Subs,SnpMngr-Exchange,Per Server (36 Months), 2, EA; LI 019, ADDITIONAL NETAPP SOFTWAREPart # - SW-T5-CLUSTER CFO Software,T5, 1, EA; LI 020, ADDITIONAL NETAPP SOFTWAREPart # - CS-S-SSP SW Subscription Plan (12 Months), 1, EA; LI 021, ADDITIONAL 300gb 15k DRIVESPart # - X279A-R5 DSK DRV,300GB,15K RPM,4Gb,FC,R5, 42, EA; LI 022, ADDITIONAL SHELVESPart # - X5515A-R6 Rackmount Kit,4N2,DS14-Middle,R6, 3, EA; LI 023, ADDITIONAL SHELVESPart # - X6530-R6 Cable,Patch,FC SFP to SFP,0.5M,R6, 6, EA; LI 024, ADDITIONAL SHELVESPart # - X800E-R6 Power Cable North America,R6, 6, EA; LI 025, ADDITIONAL SHELVESPart # - X94015A-ESH4-QS-R5 DS14MK4 SHLF,AC,14x300GB,15K,ESH4,QS,R5, 3, EA; LI 026, ADDITIONAL SHELVESPart # - CS-A-4R SupportEdge Standard Replace 4hr (36 Months), 3, EA; LI 027, CABLESPart # - PC5-PL-25 Cable, Cat5E, RJ45 - RJ45, Universal Boot, UTP, 568B, Purple Jacket, 25 Foot, 80, EA; LI 028, CABLESPart # - 791418241010M Fiber Patch Cable, Duplex, ST-LC, PC, Multimode 62.5/125 Micron Fiber, 1.8mm OFNR RatedOrangeJacket, 10 Meter, 16, EA; LI 029, CABLESPart # - NMA-8109 ADPTR,MODULAR,RJ45-DB9M, 16, EA; LI 030, CABLESPart # - X6539-R6 SFP,Optical,4.25Gb,R6, 6, EA; LI 031, RARITON DOMINIONPart # - DSXA-16-DL DOMINION SX 16PORT DUAL PWR & ENET 2 LOCAL ACCESS, 1, EA; LI 032, RARITON DOMINIONPart # - WARDSXA-16-DL/24A-1 3yr 24x7 4hr support, 1, EA; LI 033, CISCO 4948 SWITCHESPart # - CISCO - HW SWITCHES DT CATALYST 4948 48PORT SWITCH 10/100/1000 + 4 SFP W/ PS ENH IMAGE, 2, EA; LI 034, CISCO 4948 SWITCHESPart # - CISCO - HW SWITCHES DT GE SFP LC CONN SX TRANSCEIVER B, 8, EA; LI 035, CISCO 4948 SWITCHESPart # - CON-SNTP-SMS-1000 SMARTNET MNT PREMIUM SMS-1000 SMS, 2, EA; LI 036, CISCO 4948 SWITCHESPart # - CON-SNTP-SMS-1 SMARTNET MNT PREMIUM SMS-1 SMS SMS-1 SMS, 6125, EA; LI 037, CISCO 4900M SWITCHESPart # - WS-X4920-GB-RJ45= 20PORT 10/100/1000 RJ45, 2, EA; LI 038, CISCO 4900M SWITCHES4PORT WIRE SPEED 10GE CARD, 16, EA; LI 039, CISCO 4900M SWITCHESPart # - CON-SNTP-SMS-1000 SMARTNET MNT PREMIUM SMS-1000 SMS, 2, EA; LI 040, CISCO 4900M SWITCHESPart # - CON-SNTP-SMS-1 SMARTNET MNT PREMIUM SMS-1 SMS SMS-1 SMS, 6125, EA; LI 041, ADDITIONAL NETAPP SOFTWAREPart # - SW-SME-SERVER SnapManager for Exchange Software,Server, 2, EA; 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. 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. If Seller is offering Cisco Brand product, they affirm the following: A)The products offered in this bid are brand new, not gray market and are in original packaging. B) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. C) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. Network Appliance provides hardware and software for the data storage infrastructure of the Global Financial Services Center. This hardware and software provides a high avaiblity storage environment for the core production financial applications, office productivity applications, and electronic messaging services for the Global Financial Services Center, as well as the data replication and mirroring services for the GFSC Continutiy of Operatiosn Plan facility located in the D.C. metro area. The mission critical nature of this hardware and software requires periodic incremental upgrades of hardware and software to preserve the performance chracteristics of these applications under increased user and data volumes. Components of all hardware and all of the software for this platofrm are the intellectual property of NetApps, and are therefore not availble from another commericial vendor. This hardware and software will leverage an existing DoS investment in Network Applicance storage devices, providing hardware clustering for added redundancy and deliver for the mission critical services these devices support. A description of the supplies or services required meeting the agencys needs is provided in the line items above. The statutory authority permitting other than full and open competition is 41 U.S.C. 253 (c ) (2). The regulatory authority is 41 USC 253 (c ) (2), FAR 6.302-, Unusual and compelling urgency. This is a brand name justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been deteremined to be the only items that meet the Departments requirements as a key component of the Departments Financial Management Systems, and the respective contigency and performance requirements of those systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1036-931007/listing.html)
 
Place of Performance
Address: CHARLESTON, SC 29405<br />
Zip Code: 29405<br />
 
Record
SN01874668-W 20090716/090715000028-f1b359d0e8f02a5f80b8791eb7cb1606 (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.