Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

70 -- OCFO SERVERS

Notice Date
7/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
136-1294-650SERVERS
 
Archive Date
8/9/2012
 
Point of Contact
Isaac V. Roper Charles, Phone: 2026934584
 
E-Mail Address
ropercharles.isaac@dol.gov
(ropercharles.isaac@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for 136-1294-650 SERVERS. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This solicitation is full and open. The associated NAICS code is 423430 with a size standard of 100 employees. This solicitation is for Brand Name or Equal items in accordance with FAR 52.211-6. The line item descriptions with brand name or equal specifications are as follows: • 5 - HP DL380P GEN8 8-SFF CTO SERVER U.S. - 5 - ENGLISH LOCALIZATION • 5 -HP DL380P GEN8 E5-2667 FIO KIT HP DL380P GEN8 E5-2667 KIT FACTORY INTEGRATED • 30 - HP 8GB 2RX4 PC3L-10600R-9 KIT FACTORY INTEGRATED • 10 - HP 72GB 6G SAS 15K 2.5IN SC ENT HDD FACTORY INTEGRATED • 5 -HP 12.7MM SATA DVD RW JB KIT FACTORY INTEGRATED • 5 - HP ETHERNET 1GBE 4P 331FLR FIO ADPTR HP 1GB FBWC FOR P-SERIES SMART ARRAY FACTORY INTEGRATED • 5 - HP 2U SFF BB RAIL GEN8 KIT FACTORY INTEGRATED • 5 - HP NC365T 4-PORT ETHERNET SERVER ADAPTER FACTORY INTEGRATED • 5 -HP 82Q 8GB DUAL PORT PCI-E FC HBA FACTORY INTEGRATED • 10 - HP 750W CS GOLD HT PLG PWR SUPPLY KIT FACTORY INTEGRATED • 1 - HP 3Y 4H 24X7 HW SUPPORT PROLIANT DL38X(P) HW SUPPORT • 5 - HP INSIGHT CONTROL ML/DL/BL BUNDLE E-LTU HP 3Y 24X7 SW SUPPORT • 5 -HP IC ML-DL-BL SW SUP • 2 - VMW VSPHERE ENT+ 1P 1YR9X5 E-LTU • 1 - VMW VSPHERE ENT+ KT 6P 1YR9X5 E-LTU HP 1Y 24X7 SW SUPPORT • 2 - VMW VSPHERE EPLUS 1P SUPPORT • 1 - VMW VSPHERE ENT+ KT 6P 1YR9X5 SW SUPP • 1 - HP DL360P GEN8 8-SFF CTO SERVER • 1 - U.S. - ENGLISH LOCALIZATION • 1 -HP DL360P GEN8 E5-2609 FIO KIT • 1 -HP 8GB 2RX4 PC3L-10600R-9 KIT FACTORY INTEGRATED • 4 - HP 146GB 6G SAS 15K 2.5IN SC ENT HDD FACTORY INTEGRATED • 1 - HP 9.5MM SATA DVD RW JB KIT FACTORY INTEGRATED • 1 - HP ETHERNET 1GBE 4P 331FLR FIO ADPTR • 1 - HP 1U SFF BB GEN8 RAIL KIT • FACTORY INTEGRATED • 2 - HP 82Q 8GB DUAL PORT PCI-E FC HBA FACTORY INTEGRATED • 2 - HP 750W CS GOLD HT PLG PWR SUPPLY KIT FACTORY INTEGRATED • 1 - HP 3Y SUPPORT PLUS 24 SVC PROLIANT DL36X(P) HW SUPPORT HP INSTALLATION SERVICE • 5 - HP INSIGHT CONTROL ML/DL/BL BUNDLE E-LTU • 1 - HP 3Y 24X7 SW SUPPORT • 5 - HP IC ML-DL-BL SW SUP • 2 - VMW VSPHERE ENT+ 1P 1YR9X5 E-LTU • 1 - VMW VSPHERE ENT+ KT 6P 1YR9X5 E-LTU • 1- HP 1Y 24X7 SW SUPPORT • 2 - VMW VSPHERE EPLUS 1P SUPPORT • 1 - VMW VSPHERE ENT+ KT 6P 1YR9X5 SW SUPP • 1 - HP DL360P GEN8 8-SFF CTO SERVER • U.S. - ENGLISH LOCALIZATION • 1 - HP DL360P GEN8 E5-2609 FIO 1KIT HP 8GB 2RX4 PC3L-10600R-9 KIT FACTORY INTEGRATED • 4 - HP 146GB 6G SAS 15K 2.5IN SC ENT HDD FACTORY INTEGRATED • 1 - HP 9.5MM SATA DVD RW JB KIT FACTORY INTEGRATED • 1 - HP ETHERNET 1GBE 4P 331FLR FIO ADPTR • 1 - HP 1U SFF BB GEN8 RAIL KIT • FACTORY INTEGRATED • 2 - HP 82Q 8GB DUAL PORT PCI-E FC HBA FACTORY INTEGRATED • 2 - HP 750W CS GOLD HT PLG PWR SUPPLY KIT • FACTORY INTEGRATED • 1 - HP 3Y SUPPORT PLUS 24 SVC PROLIANT DL36X(P) HW SUPPORT HP INSTALLATION SERVICE • 1 - ENTRY 300 SERIES HW INSTALL SVC • 1 - HP MSL4048 2 LTO-4 ULTRIUM1840 FC TP LIB HP 3Y SUPPORT PLUS 24 SVC • 1 - MSL4048 LIBRARY SUPPORT HP INSTALLATION SERVICE • 1 - HP STARTUP FOR 1 MSL5U LIB SVC HP D2D4112 BACKUP SYSTEM • 1 - HP 3Y SUPPORT PLUS 24 SVC D2D4100 BACKUP SYSTEM SUPPORT HP INSTALLATION SERVICE • 1 - HP D2D BASIC INSTALLATION SVC • 2 - HP B-SERIES 8/24C BLADESYSTEM SAN SWITCH HP 3Y SUPPORT PLUS 24 SVC • 2 - BROCADE 4/12 AND 4/24 SAN SWITCH SUPP HP INSTALLATION SERVICE • 2 - LOWEND SAN/EDGE SWITCH/HAFM INSTALLATION • 1 - HP TFT7600 G2 - KVM console • 1 - HP IP Switch with Virtual Media and CAC 2x1Ex16 - KVM • 30 - BELKIN 20M FIBER OPTIC CABLE LC/LC • 5 - WIN SRV ENT 2008 R2 • 1 - Microsoft Windows Server 2008 R2 Standard • 1 - VNX5300 DPE; 15X3.5 DRV FD IN 8X600 15K • 2 - 3U DAE WITH 15X3.5 INCH DRIVE SLOTS • 30 - 600GB 15K SAS DISK DRIVE • 3 - 2 C13 PWRCORDS W/NEMA 5-15 PLUG 125V 10A DOCUMENTATION KIT FOR VNX5300 • 1 - PREMIUM SOFTWARE SUPPORT • 1 - PREMIUM HARDWARE SUPPORT - WARR UPG • 1 - 2ND OPTIONAL SPS FOR VNX 51/53 • 1 - EMC SECURE REMOTE SUPPORT GATEWAY CLIENT • 1 - UNISPHERE BLOCK & VNX OE VNX 5300 • LOCAL PROTECTION SUITE FOR VNX5300 • 1 - EMC Implementation & VMware Jumpstart The required delivery date is 30 days after receipt of a contract and shall be FOB Destination. PROVISIONS/CLAUSES: The provision at FAR 52.211-6, Brand Name or Equal, applies to this acquisition. The provision at FAR 52.212-1, Instructions to Offerors Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.219-28, Post-Award Small Business Program Rerepresentation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Isaac V. Roper Charles (addressed as follows) by obtaining written and dated acknowledgement of receipt from the Department of Labor, Office of Procurement Services; Attn: Isaac V. Roper Charles, 200 Constitution Avenue NW S-4306, Washington D.C. 20210. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. INSTRUCTIONS TO OFFERORS: All offers must be emailed to Contracting Officer; Isaac Roper Charles, Ropercharles.isaac@dol.gov. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application https://orca.bpn.gov/ as soon as possible, to expedite contract award. Please submit the following information with each offer: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. EVALUATION OF QUOTATIONS/OFFERS: Offers will be evaluated IAW 12.203 and elements of 15.101-2. Award will be made to the responsible offeror whose offer represents the lowest priced offer that is technically acceptable. Offers must be signed, dated and submitted by 25 July 2012, 12:00 pm, Eastern to Ropercharles.isaac@dol.gov, Attn: Isaac Roper Charles. LATE OFFERS: Offerors are reminded that e-mail transmission of offer will not constitute a timely submission of offer unless it is received by the government prior to the closing date and time. Quotations/offers or modifications of offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). POINTS OF CONTACT: Isaac V. Roper Charles, Contracting Officer, Ropercharles.isaac@dol.gov. Email your questions to Isaac Roper Charles: Ropercharles.isaac@dol.gov before 12:00 P.M. Eastern on 18 July 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/136-1294-650SERVERS/listing.html)
 
Place of Performance
Address: 20 Constitution Ave. NW, Washington D.C., District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02799286-W 20120713/120711235145-042ab1142802843e42a0f7022e3e87c1 (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.