MODIFICATION
70 -- RECOVERY--70--RECOVERY - SUN Storage for CostQuest Maintenance
- Notice Date
- 6/15/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- Room 1-A334, Washington, DC 20554
- ZIP Code
- 20554
- Solicitation Number
- 20100511
- Response Due
- 6/10/2010
- Archive Date
- 12/7/2010
- Point of Contact
- Name: MaShonda Smith, Title: Contract Officer, Phone: 2024180933, Fax: 2024180237
- E-Mail Address
-
mashonda.smith@fcc.gov;
- Small Business Set-Aside
- N/A
- Description
- CANCELLATION NOTICE: Bids are being solicited under solicitation number 20100511. 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. 185534_02. 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 2010-06-10 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Capitol Heights, MD 20743 The Federal Communications Commission requires the following items, Exact Match Only, to the following: LI 001, PN TC7410-46AR128HA-NSun Storage 7410 Storage controller for Cluster configuration:128GB RAM, 4x six-core 2.6GHz processor, 2xSAS HBA, 4x 10/100/1000 Ethernet ports, Clustercard. Two power supplies, Includes Slide Rail Kit.No Power Cord, order Geo-specific X-option.RoHS 5. (FOR FACTORY INTEGRATION ONLY), 2, EA; LI 002, DS2X-4URK-19U-NSun(TM) Storage J4400 4U universal rack rail kitRoHS-5, 2, EA; LI 003, X311LLocalized Power Cord Kit North American/Asian,RoHS-6 compliant, 12, EA; LI 004, 1027A-Z-NSun PCI-E Dual 10 GigE Fiber Low profile card.Requires Fiber Transceiver. RoHS-6 compliant., 2, EA; LI 005, 5558A-Z-N10 GigE SR XFP Transceiver, RoHS 6 Compliant, 4, EA; LI 006, SG-PCIE2FC-QF4-NSun Storagetek PCI-E Enterprise 4Gb FC host bus adapter, dual port, includes standard and lowprofile brackets, factory configurable. RoHS 6compliant, 2, EA; LI 007, DS2-0BASESun Storage J4400 SAS Array for Sun un Disk 1 Shelf - 24x3.5" SAS-2. Base chassis, No drives, 2* SAS I/O Module, 2 * redundant AC powersupplies and 2 * redundant cooling fans; includes2 * 0.5m SAS interconnect cable; RoHS-5, (Forfactory configuration only), 1, EA; LI 008, DS2-HD2T 2TB 7.2Krpm SAS-2 HDD, 3.5" x 1" drive with bracket. RoHS-6, (For Sun Disk Shelf 24x3.5SAS-2 factory configuration only), 24, EA; LI 009, DS2-LOGZWrite Flash Accelerator (Logzilla), 3.5, SAS-1, 18GB, RoHS 6. (For Sun Disk Shelf 24x3.5AS-2 factory configuration only), 2, EA; LI 010, DS2-0BASE Sun Storage J4400 SAS Array for Sun un Disk Shelf - 24x3.5" SAS-2. Base chassis, No drives, 2* SAS I/O Module, 2 * redundant AC powersupplies and 2 * redundant cooling fans; includes2 * 0.5m SAS interconnect cable; RoHS-5, (Forfactory configuration only), 1, EA; LI 011, DS2-HD2T 2TB 7.2Krpm SAS-2 HDD, 3.5" x 1" drive with bracket. RoHS-6, (For Sun Disk Shelf 24x3.5SAS-2 factory configuration only) profile brackets, factory configurable. RoHS 6compliant, 20, EA; LI 012, DS2-LOGZ Write Flash Accelerator (Logzilla), 3.5, SAS-118GB, RoHS 6. (For Sun Disk Shelf 24x3.5SAS-2 factory configuration only), 2, EA; LI 013, SG-XPCIE2FC-QF8-Z-N Sun StorageTek 8Gb FC PCIe host busadapter, dual port includes standard and lowprofile brackets, low profile form factor. RoHS 6compliant, Qlogic, x-option, 2, EA; LI 014, EIS-ST7410EXP-E Installation of Sun Storage 7410 Expansion Array during local business., 1, EA; LI 015, EIS-ST7410CATO-E Installation of SunStorageTek 7410 Cluster ATO 1 Controller during local business., 1, EA; LI 016, TA7410-READZ100GSun Storage 7410 Readzilla Flash Accelerator 100GB, 2.5 FF, RoHS 6, (Factory integration only)., 6, EA; LI 017, Q-PREM-SPRTSVC1 Year Oracle Premier Support for Systems 1 Covers hardware items Lines 1.1 - 1.2, and 1.6through 1.12 POP: 1 Year from award date., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Federal Communications Commission 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. Federal Communications Commission 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 Bid MUST be good for 30 calendar days after the close of the buy. FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Questions must be submitted no later than June 9th 3pm EST. Software maintenance as a product is (fully) billed at the time of purchase and Software Maintenance as a service is billed in arrears. Such payment terms are in accordance with GSA Terms and Conditions under Special Item Number (SIN) 132-32 and 132-33 and U.S.C 3324. Payment Group - Please pay all software maintenance invoices upon inspection and acceptance of the COTR. Maintenance contracts that require maintenance services will be identified and brought to your attention with additional instructions. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/20100511/listing.html)
- Place of Performance
- Address: Capitol Heights, MD 20743
- Zip Code: 20743
- Zip Code: 20743
- Record
- SN02178425-W 20100617/100615235828-c560691e997f046f537bbc8fc645e035 (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 |