SOLICITATION NOTICE
70 -- NetApp Filer Support Renewal
- Notice Date
- 9/28/2009
- Notice Type
- Presolicitation
- Contracting Office
- 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1045945102
- Response Due
- 9/29/2009
- Archive Date
- 3/28/2010
- Point of Contact
- Name: Jo-Ann Stewart, Title: Contract Specialist, Phone: 7038756646, Fax:
- E-Mail Address
-
stewartj@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 1045945102. 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. 162356_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 2009-09-29 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be STERLING, VA 20166 The Department of State requires the following items, Exact Match Only, to the following: LI 001, SupportEdge Premium 7X24, 4hr onsite support warranty. Service:CS-O-4HR, SupportEdge Premium, 7x24, 4hr Onsite -F825Post-Warranty, Serial # : 1032574 (qty 1).Service: CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal -FAS980CPost-Warranty, Serial # : 110300811,Serial # : 110300822, (qty 2). Service: CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - F825Post-Warranty, Serial # : 1032572, (qty 1).Service: CS-R-NRD-FEE, Serial # : 1044091,Serial # : 1044090, (qty 2). Service:CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - F825Post-Warranty, Serial # : 1032573, (qty 1). Service: CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - FAS2050A, Serial # : 30000409,Serial # : 30000408, (qty 2). Service: CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - FAS2050A,Serial # : 30000389Serial # : 30000388, (qty 2). Service: CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - FAS2050A, Serial # : 30000417,Serial # : 30000418, (qty 2). Service:CS-S-SSP, SW Subscription Plan - FAS980C, Serial # : 110300822,Serial # : 110300811, (qty 2).Service:CS-SEC-4D, SE Secure,7x24,4hr Parts Delivery - FAS2050A, Serial # : 30000408,Serial # : 30000409, (qty 2).Service:CS-SEC-4HR, SE Secure for Gvt,7x24,4hr Onsite -FAS980CPost-Warranty, Serial # : 1044090,Serial # : 1044091, (qty 2). Service:CS-SEC-4HR, SE Secure for Gvt,7x24,4hr Onsite -FAS980CPost-Warranty, Serial # : 110300811,Serial # : 110300822, (qty 2). Service:CS-SEC-4HR, SE Secure for Gvt,7x24,4hr Onsite - F825Post-Warranty, Serial # : 1032573, (qty 1). Service:CS-SEC-4HR, SE Secure for Gvt,7x24,4hr Onsite - FAS2050A,Serial # : 30000389,Serial # : 30000388, (qty 2). Service:CS-SEC-4HR, SE Secure for Gvt,7x24,4hr Onsite - FAS2050A, Serial # : 30000418, Serial # : 30000417, (qty 2). Service:CS-SEC-4HR, SE Secure for Gvt,7x24,4hr Onsite - F825Post-Warranty, Serial # : 1032572; PS-TM-Engineer-DAY-ZA, PS Std Daily Engineer, ZA Exp. 1 YR from PO., 1, LT; 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 products, and NO "gray market" Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Delivery shall be within 30 days or order Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. (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. 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. 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. DOS A/LM/AQM Memorandum dated 04/23/08: 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. A) Sellers must bid exact match to spec (make, model and spec), NO Compatibles B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via NetApp authorized channels for new equipment Federal sales. D) Full NetApp warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. The purchase of NetApp filer warranty support and hard drive disk retention for systems currently deployed at PPT sites. The warranty support must be bought directly from NetApp as no other manufacturer or vendors provide NetApp branded warranty coverage for equipment. The 41 USC 253(c)(1), FAR 6.302-1 are cited at the statutory authority. As this is a brand name only justification, no one contractor's unique qualifications are cited as the basis for this justification. RAther, the services identified by brand nameherein have been determined to be the oly items that meet the Department's requirements as a key component of the Department's networking system. Due to CA's investment and overall satisfaction with the Network Appliance Filer equipment and the service that Network Appliance provides, ti would be counter-productive and unnecessarily costly to attempt t identify, acquire, and install new hardware and new services at this time, assuming that an alternative could be found that offers identical functionality and ease of use. CA/CST believes that it is critical to the ongoing operation of Consular Systems to continue service for the Network Appliance PPT. Because this service has already been successfully used, CA/CST believes that it is in the Government's best overall interests to procure and use this particular product. According to Network Appliance, the only provider of Network Appliance SupportEdge Premium 7x24 4 hour onsite support is Network Appliance. The services are currently not offered by any other provider.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1045945102/listing.html)
- Place of Performance
- Address: STERLING, VA 20166
- Zip Code: 20166
- Zip Code: 20166
- Record
- SN01973356-W 20090930/090929000609-07354b61ccf51f3b0e1491415ee7ea4c (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 |