MODIFICATION
70 -- Hard Drives and Storage Arrays
- Notice Date
- 7/28/2009
- Notice Type
- Modification/Amendment
- Contracting Office
- U.S. 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
- 1019930221
- Response Due
- 7/28/2009
- Archive Date
- 1/24/2010
- 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
- CANCELLATION NOTICE: Bids are being solicited under solicitation number 1019930221. 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. 133832_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 2009-07-28 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Tandberg RDX hard drive Chasis (Empty)P/N: 8435. **Item must be licensed to produce RDX components; must be compatible with all other items offered in this solicitation**, 115, EA; LI 002, Imation RDX 320GB Data CartridgeP/N: 27083. **Item must be licensed to produce RDX components; **must be compatible with all other items offered in this solicitation**, 294, EA; LI 003, Wiebetech Silver SATA II-SR Hard Drive Enclosurep/n: SIS2-SR-0. **Item must be 2-drive storage array with USB 2.0 connection, RAID 0 and RAID 1 capability, upgradable firmware, and availability without hard drives; must be compatible with all other items offered in this solicitation**, 69, EA; LI 004, JetStor 12-Bay Storage Array P/N: DS-412iS. ** MUST MEET ALL OF THE FOLLOWING SPECIFICATIONS**Minimum Capacity:12 Bays;Technology:iSCSI to SATA;Hard Drive Support:SATA II up to 1.5 TB;RAID Controller:64-bit RISC 400MHz CPU with 266MHz memory busController Cache:512MB;RAID Options required: 0,1,1+0,5,6;Write speed (sustained):115MB/s (or better);Read speed (sustained):90MB/s (or better);Overheat notification:required (with audible alarm);Fan failure notification:required(with audible alarm);Hard drive failure notification:required(with audible alarm);Chassis Type:2U Rack Mountable;Warranty:3 year world-wide coverage including parts and labor;Power: Redundant, 350 Watts X 2; MUST have upgradable firmware, battery backed-cache, availability without hard drives, steel chassis and drive carriers, and MUST be compatible with FilesX/UltraBac.**must be compatible with all other items offered in this solicitation** ***Vendor must include serial number list upon delivery., 120, EA; LI 005, Hitachi 1TB Hard Drive, SATA, 3.0 Gbps, 3.5-Inch FF, 7200 RPM, 32MB Buffer, 5 year warranty, 1.2M hours MTBF,P/N: 0A38028.***Vendor must include serial number list upon delivery.**must be compatible with all other items offered in this solicitation**, 425, EA; LI 006, Hewlett Packard Broadcom NetXtreme Gigabit Ethernet Plus NIC P/N: FS215AA: 10/100/1000 Mb/s; Broadcom processor; Boot ROM support; PXE 2.0; full AND half height profile compatible; PCI-Express x1; Compliance: IEEE 802.1P, 802.1Q, 802.2, 802.3, 802.3AB, 802.3u AND 802.3x; Must be compatible wih drivers/images for Hewlett-Packard DC5850 desktop AND Hewlett-Packard DL-360/365 servers. **must be compatible with all other items offered in this solicitation**, 140, EA; LI 007, Media Converter, 100Base-TX (RJ-45) to ST***Vendor must include serial number list upon delivery. **must be compatible with all other items offered in this solicitation**, 15, EA; LI 008, Transceiver, 10/100Base-TX (RJ-45) to 100Base-FX (SC) ***Vendor must include serial number list upon delivery. **must be compatible with all other items offered in this solicitation**, 84, EA; LI 009, RackSolutions Universal Rack Shelf, 19" rack mountable, 2 RU, W/Tie wrap holes over entire surfaceP/N: 1USHL-108 **must be compatible with all other items offered in this solicitation**, 84, EA; LI 010, Corning/Seicor Client Patch Panel, 24/48-F Wall Mount EnclosureP/N: WCH-04P, MUST be wall mountable closet housing that will accept up to 4 CCH panels; four 6-fiber panels = 24 fiber total capacity, four 8-fiber panels = 32 fiber total capacity, four 12-fiber panels = 48 total fiber capacity, MUST accept Corning CCH-CP-12-91 Connector Panels, in addition to other items being offered in this solicitation. **must be compatible with all other items offered in this solicitation**, 72, EA; LI 011, Corning/Seicor Patch Panel CCH-CP-12-91, Connector Module, 6-Port Duplex, SC, MM, 24/48F, SC adapter MUST have composite sleeve, composite housing, and be designed for 62.5um multimode connectors. Must be compatible with Corning CCH, WCH, and EDC series enclosures, in addition to other items being offered in this solicitation.**must be compatible with all other items offered in this solicitation**, 554, EA; LI 012, NEMA 5-15 Extension Cord (1 Foot) **must be compatible with all other items offered in this solicitation**, 154, EA; LI 013, Blackbox 19-Inch, 6 NEMA 5-15R rear outlets, 6 foot, Rack Mount Power Strip, 14/3 AWG cable with NEMA 5-15P molded plug, 120VAC, 60Hz, 15Amps,P/N: PS186A-R2 **must be compatible with all other items offered in this solicitation**, 90, EA; LI 014, IEC 320 to EUR Schuko Power cord (6 foot) **must be compatible with all other items offered in this solicitation**, 5887, 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. 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. 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.") Weight is a consideration for all items due to government shipping related costs. Shipping hours are 7:00 AM 3:00 PM, Monday thru Wednesday Driver must call Robert Hall (703-970-2123) for Dock Appointment prior to delivery of shipment. Shipments without Dock appointments may be refused at the door. Obligation number (1019-number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Purchase Order Number (1019-number) Packing slips/Bill of Lading must contain pallet and box count. Shipping Address:oU.S. Department of Stateoc/o ManTecho8020 Grainger Ct., Springfield, VA 22153 Software licenses and key codes to sent to Dawn Cavallo at CavalloDM@state.gov (703-970-2117) via email (including 1019-number in subject line). Pallet height not to exceed 62-inches. Wrapped pallet dimensions: 40x48x62 All pallets must be marked with the requisition order number (1019-number) Pallets must be wood, with standard 3-stringer construction, with 4-way entry. Pallet size should be 40" X 48" with 48" being the stringer length. All boxes and containers must be clearly marked with the requisition reference number found in Block 4, of DoS Form 347, Order for Suppliers and Services. Shipping documents will clearly list each item and the quantity shipped as contained within boxes or containers. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. Requisition Number (1019-number) must be clearly printed on all boxes Part number with barcode must be clearly printed on container Serial number with barcode must be clear printed on container (if applicable) If equipment is modified, a new Part Number must be assigned and bar-coded on the container. If equipment is modified, the original Part Number and barcode should not be covered on the container. If a new Serial Number is assigned, it must be bar-coded on the container. World wide manufacturer warranty for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 3 business days of notification Repaired units must be returned to GITM within 30 days. 120-Day Lead-time for retuning a defective item from post. If award is made to a value-add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. Vendor will provide a written escalation process upon award to include the following information: Sales Contacts: both Field and inside Sales Management Contacts Customer Support Reps and their Management to include: Customer Service Representative Warranty Liaison Representative Integration RepresentativePlease provide name, phone, email, and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019930221/listing.html)
- Place of Performance
- Address: SPRINGFIELD, VA 22153<br />
- Zip Code: 22153<br />
- Zip Code: 22153<br />
- Record
- SN01889595-W 20090730/090728235524-c9e4206273e0b9cf83edbb862810bf24 (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 |