SOLICITATION NOTICE
70 -- RECOVERY - IT Support Equipment
- Notice Date
- 8/14/2009
- Notice Type
- Presolicitation
- Contracting Office
- U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 Ft Myer Drive, Rosslyn, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA09F2289
- Response Due
- 8/19/2009
- Archive Date
- 2/15/2010
- Point of Contact
- Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
- E-Mail Address
-
harperc@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number SAQMMA09F2289. 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. 135477. 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 2009-08-19 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Data Domain SYSTEM, DD690 CTRL+3ES16T, 48TB, NFS, CIFS; PART #DD690-3ES-48T-DPMP, 1, EA; LI 002, Data Domain SYSTEM, DD690 BASE UNIT, NFS, CIFS (ROHS); PART #DD690-BASE-DPMP, 1, EA; LI 003, Data Domain POWER CORD, NORTH AMERICA, 120V, 5-15P, C13, 6FT; PART #PC-SYS-120V-NA-6F, 1, EA; LI 004, Data Domain DD OS DOCUMENTATION VERSION 4.6.1.0; PART #590-0406-0100, 1, EA; LI 005, Data Domain OPTION,NIC,GbE,LP,PCIe,TX,2-port,COPPER; PART #C-NIC-LPPCIE-2P-CU, 1, EA; LI 006, Data Domain OPTION,ES20 STORSHELF, 16TB, DUALCTRL; PART #C-ES20-16TB-DC, 3, EA; LI 007, Data Domain POWER CORD, NORTHAMER, 20V, 5-15P, C13, 6FT; PART #PC-SYS-120V-NA-6F, 6, EA; LI 008, Data Domain OPTION, DD690, EXPKIT, 33TO48TB, 2P, MULTPATH; PART #C-690AES-33+T-DPMP, 1, EA; LI 009, Data Domain LIC, VTL, 690. INCL:1xPCIe CARD, DP, 4G; PART #L-VTL-690-4GDP-1, 1, EA; LI 010, Data Domain LICENSE REPLICATOR DD690; PART #LIC-REP-690, 1, EA; LI 011, Data Domain DD690 PLATINUM SUPPORT 3 YEAR; PART#S-PLAT-690-3E48T-3, 1, EA; LI 012, Data Domain S/W SUPPORT, REPL, PLAT, 24x7, DD690, 3YR; PART #SR-PLAT-690-3, 1, EA; LI 013, Data Domain S/W SUPPORT, VTL, PLAT, DD690, 3YR; PART #SV-PLAT-690-3, 1, EA; LI 014, Data Domain INSTALLATION SERVICES FOR APPLIANCE; PART #S-INST-APPLIANCE, 1, EA; LI 015, Data Domain INSTALLATION SERVICES FOR VTL; PART #S-INST-VTL, 1, EA; LI 016, Data Domain SPARE, SHELF CONTROLLER, ES20; PART #X-ES20-SAS-CTRL, 1, EA; LI 017, Data Domain CABLE, SAS, 1B-1B, 0.5 METER; PART #X-SAS-0.5M, 6, 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. 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.") 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. This Justification and Approval (J&A) on a brand name only basis is for the purchase of Data Domain System. This is a new addition or new contract to add additional Data Domain Systems to an existing Data Domain infrastructure. One of the ESOCs responsibilities is to provide a backup infrastructure to the Department of State. The ESOC provides this service utilizing Data Domains product which greatly reduces the amount of captured data by a process called de-duplication. The process of de-duplication greatly reduces the amount of physical storage required for long term backups/archives of DoS data. Data Domain heavily relies on similar H/W to run efficiently in a clustered environment and for high availability computing and de-duplication. The current purchase is an extension of the existing support and is required to maintain consistency across sites to continue with our ability to support offsite recovery. This is in full compliance with our FISMA reporting responsibilities and the Presidents Management Agenda. 41 USC 253(c ) (1), FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. As this is a brand name only justification, no one contractors unique qualifications are cites 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 purchase is an extension of the investment already made in this brand name. This is not completely new installation but builds upon existing infrastructure. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (http://www.recovery.gov) 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2009) (Alternate II Mar 2009) 52.214-26 Audit and Records-Sealed Bidding (Mar 2009) Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, socio-economics as well as price, among others.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA09F2289/listing.html)
- Place of Performance
- Address: WASHINGTON, DC 20520<br />
- Zip Code: 20520<br />
- Zip Code: 20520<br />
- Record
- SN01913257-W 20090816/090815003946-bc981eb401191fce8695495923b0fd9a (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 |