Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOLICITATION NOTICE

70 -- Blade Server and Chassis

Notice Date
7/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
200 Constitution Ave. NW, Washington, DC 20210
 
ZIP Code
20210
 
Solicitation Number
DOL121RP21512
 
Response Due
7/23/2012
 
Archive Date
1/19/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is DOL121RP21512 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-23 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Austin, TX 78741 The DOL Office of Procurement Services requires the following items, Brand Name or Equal, to the following: LI 001, Description: Cisco / SW APP SUPP + UPGR Nexus 1000V Paper CPU or Equivalent MFR Part #: CON-SAU-VLCPU or Equivalent, 160, EA; LI 002, Description: Cisco / Nexus 1000V eDelivery CPU License Qty 16 (1YR Min Service) or Equivalent MFR Part #:L-N1K-VLCPU-16=16 or Equivalent, 5, EA; LI 003, Description: Cisco / Nexus 1000V eDelivery CPU License 1-Pack (1YR Min Service) or Equivalent MFR Part #: L-N1K-VLCPU-01 or Equivalent, 160, EA; LI 004, Description: Cisco / Cisco Unified Computing System or Equivalent MFR Part #: N20-Z0001 or Equivalent, 1, EA; LI 005, Description: Cisco / UC SUPPORT 24X7X4OS Cisco Unified Computing System or Equivalent MFR Part #: CON-UCS7-2Z0001 or Equivalent, 1, EA; LI 006, Desription: Cisco / UCS 5108 Blade Svr AC Chassis/0 PSU/8 fans/0 fabric extender or Equivalent MFR Part #: N20-C6508 or Equivalent, 5, EA; LI 007, Description: Cisco / Cabinet Jumper Power Cord, 250 VAC 16A, C20-C19 Connectors or Equivalent MFR Part #: CAB-C19-CBN or Equivalent, 10, EA; LI 008, Description: Cisco / UC SUPPORT 24X7X4OS 5108 Blade Server Chassis or Equivalent MFR Part #: CON-UCS7-2C6508 or Equivalent, 10, EA; LI 009, Description: Cisco / Single phase AC power module for UCS 5108 or Equivalent MFR Part #: N01-UAC1 or Equivalent, 10, EA; LI 010, Description: Cisco / UCS B200 M2 Blade Server w/o CPU, memory, HDD, mezzanine or Equivalent MFR Part #: N20-B6625-1 or Equivalent, 40, EA; LI 011, Description: Cisco / Intel Xeon X5690 3.46GHz /6c/130W/12MB cache/DDR3 1333MHz or Equivalent MFR Part #: A01-X0115 or Equivalent, 80, EA; LI 012, Description: Cisco / 146GB 6Gb SAS 15K RPM SFF HDD/hot plug/drive sled mounted or Equivalent MFR Part #: A03-D146GC2 or Equivalent, 80, EA; LI 013, Description: Cisco / UC SUPPORT 24X7X4OS UCSB200 M2 Blade Svr w/o CPU Mem HDD Mez or Equivalent MFR Part #: CON-UCS7-B66251 or Equivalent, 80, EA; LI 014, Description: Cisco / 8GB DDR3-1333MHz RDIMM/PC3-10600/dual rank/Low-Dual Volt or Equivalent MFR Part #: N01-M308GB2-L or Equivalent, 480, EA; LI 015, Description: Cisco / UCS M81KR Virtual Interface Card/PCIe/2-port 10Gb or Equivalent MFR Part #:N20-AC0002 or Equivalent, 40, EA; LI 016, Description: Cisco / CPU heat sink for UCS B200 Blade Server or Equivalent MFR Part #: N20-BHTS1 or Equivalent, 160, EA; LI 017, Description: Cisco / Access. kit for 5108 Blade Chassis incl Railkit, KVM dongle or Equivalent MFR Part #: N20-CAK or Equivalent, 10, EA; LI 018, Description: Cisco / Power supply unit blanking panel for UCS 5108 or Equivalent MFR Part #: N20-CBLKP or Equivalent, 15, EA; LI 019, Description: Cisco / Fan module for UCS 5108 or Equivalent MFR Part #: N20-FAN5 or Equivalent, 80, EA; LI 020, Description: Cisco / UCS 5108 Blade Server Chassis FW package or Equivalent MFR Part #: N20-FW010 or Equivalent, 5, EA; LI 021, Description: Cisco / UCS 2104XP Fabric Extender/4 external 10Gb ports or Equivalent MFR Part #: N20-I6584 or Equivalent, 10, EA; LI 022, Description: Cisco / UCS 6248UP and 16p Expansion Module with 48p licenses or Equivalent MFR Part #: UCS-FI-6248E16-ALL or Equivalent, 2, EA; LI 023, Description: Cisco / Power cord, C13 to C14 (recessed receptacle), 10A or Equivalent MFR Part #: CAB-C13-C14-AC or Equivalent, 4, EA; LI 024, Description: Cisco / UC SUPPORT 24X7X4OS UCS 6248UP 1RU Fabrc Intercnnct/2 PSU/2 or Equivalent MFR Part #: CON-UCS7-FI6248UP, 2, EA; LI 025, Description: Cisco / 8 Gbps Fibre Channel SW SFP+, LC or Equivalent MFR Part #: UCS-FI-6248E16-ALL or Equivalent, 8, EA; LI 026, Description: Cisco / UCS Manager v2.0 or Equivalent MFR Part #: N10-MGT010 or Equivalent, 2, EA; LI 027, Description: Cisco / 10GBASE-CU SFP+ Cable 1 Meter or Equivalent MFR Part #: SFP-H10GB-CU1M or Equivalent, 40, EA; LI 028, Description: Cisco / 10GBASE-CU SFP+ Cable 5 Meter or Equivalent MFR Part #: SFP-H10GB-CU5M or Equivalent, 12, EA; LI 029, Description: Cisco / UCS 6248UP Chassis Accessory Kit or Equivalent MFR Part #: UCS-ACC-6248UP or Equivalent, 2, EA; LI 030, Description: Cisco / UCS 6248UP Fan Module or Equivalent MFR Part #: UCS-FAN-6248UP or Equivalent, 4, EA; LI 031, Description: Cisco / UCS 6248 Layer 2 Daughter Card or Equivalent MFR Part #: UCS-FI-DL2 or Equivalent, 2, EA; LI 032, Description: Cisco / UC SUPPORT 24X7X4OS 16prt 10Gb UnifiedPrt/Expnsn mod UCS6200 or Equivalent MFR Part #: CON-UCS7-FIE16UP or Equivalent, 2, EA; LI 033, Description: Cisco / UCS 6248UP Power Supply/100-240VAC or Equivalent MFR Part #: UCS-PSU-6248UP-AC or Equivalent, 4, EA; LI 034, Description: APC / NETSHELTER SX 42U ENCLOSED RACK or Equivalent MFR Part #: AR3350 or Equivalent, 2, EA; LI 035, Description: APC / CABLE CONTAINMENT BRACKETS or Equivalent MFR Part #: AR7710 or Equivalent, 4, EA; LI 036, Description: APC / RACK PDU METERED ZERO U 12.5KW or Equivalent MFR Part #: AP7898 or Equivalent, 4, EA; LI 037, Description: APC / VERTICAL CABLE ORGANIZER or Equivalent MFR Part #: AR8442 or Equivalent, 4, EA; LI 038, Description: APC / 10PK 1U 19IN BLACK MODULAR TOOL or Equivalent MFR Part #: AR8136BLK or Equivalent, 2, EA; LI 039, Description: APC / RACK AIR REMOVAL UNIT SX or Equivalent MFR Part #: ACF126 or Equivalent, 2, EA; LI 040, Description: Cisco / Nexus 1000V eDelivery CPU License Qty 16 (1YR Min Service) or Equivalent MFR Part #: L-N1K-VLCPU-16=16 or Equivalent, 5, EA; LI 041, Description: Cisco / UCS B200 M2 Blade Server w/o CPU, memory, HDD, mezzanine or Equivalent MFR Part #: N20-B6625-1-UPG or Equivalent, 40, EA; LI 042, Description: Cisco / Intel Xeon X5690 3.46GHz /6c/130W/12MB cache/DDR3 1333MH or Equivalent MFR Part #: A01-X0115 or Equivalent, 80, EA; LI 043, Description: Cisco / 146GB 6Gb SAS 15K RPM SFF HDD/hot plug/drive sled mounted or Equivalent MFR Part #: A03-D146GC2 or Equivalent, 80, EA; LI 044, Description: Cisco / 8GB DDR3-1333MHz RDIMM/PC3-10600/dual rank/Low-Dual Volt or Equivalent MFR Part #: N01-M308GB2-L or Equivalent, 480, EA; LI 045, Description: Cisco / UCS M81KR Virtual Interface Card/PCIe/2-port 10Gb or Equivalent MFR Part #: N20-AC0002 or Equivalent, 40, EA; LI 046, Description: Cisco / UCS 5108 Blade Svr AC Chassis/0 PSU/8 fans/0 fabric extender or Equivalent MFR Part #: N20-C6508-UPG or Equivalent, 5, EA; LI 047, Description: Cisco / Blade slot blanking panel for UCS 5108/single slot or Equivalent MFR Part #: N20-CBLKB1 or Equivalent, 40, EA; LI 048, Description: Cisco / Cabinet Jumper Power Cord, 250 VAC 16A, C20-C19 Connectors or Equivalent MFR Part #: CAB-C19-CBN or Equivalent, 20, EA; LI 049, Description: Cisco / UCS 2104XP Fabric Extender/4 external 10Gb ports or Equivalent MFR Part #: N20-I6584 or Equivalent, 10, EA; LI 050, Description: Cisco / 2500W AC power supply unit for UCS 5108 or Equivalent MFR Part #: N20-PAC5-2500W or Equivalent, 20, EA; LI 051, Description: Cisco / 10GBASE-CU SFP+ Cable 5 Meter or Equivalent MFR Part #: SFP-H10GB-CU5M= or Equivalent, 16, EA; LI 052, Description: Cisco / 10GBASE-CU SFP+ Cable 3 Meter or Equivalent MFR Part #: SFP-H10GB-CU3M= or Equivalent, 40, EA; LI 053, Description: APC Rack Air Removal Unit SX 100-240V 50/60 Hz with 600mm Wide Frame or Equivalent MFR Part #: ACF400 or Equivalent, 2, EA; LI 054, Description: APC / 1 Year Extended Warranty for NetworkAIR Air Removal Unit or Equivalent MFR Part #: WEXTWAR1YR-AX-11 or Equivalent, 2, EA; LI 055, Description: APC / NetBotz Rack Monitor 200 (with 120/240V Power Supply) or Equivalent MFR Part #: NBRK0201 or Equivalent, 2, EA; LI 056, Description: APC Temperature & Humidity Sensor or Equivalent MFR Part #: AP9335TH or Equivalent, 2, EA; LI 057, Other Direct Cost (ODC) ODC includes Shipping and Handling and shall be cost reimburseable., 1, JA; 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, DOL Office of Procurement Services 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOL Office of Procurement Services is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Buy American Act ? (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. Buy American Act Certificate (June 2003) 52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms ?component,? ?domestic end product,? ?end product,? ?foreign end product,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Supplies.? TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM. **TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. For the line items designated as "Brand Name or Equal", the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. If Sellers are bidding Cisco brand equipment, Sellers certify that they are a Cisco Authorized Channel as of the date of the submission of its Bid, and that they have the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Sellers warrant that the products are new and in their original box(es). The Sellers confirm to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Sellers shall, upon request, provide Buyers with a copy of the End User License Agreement. Sellers certifiy that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. To Bid on this opportunity, Seller must be Cisco Gold, Silver or Premier Partners. No exceptions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL121RP21512/listing.html)
 
Place of Performance
Address: Austin, TX 78741
Zip Code: 78741
 
Record
SN02806146-W 20120719/120718000640-f3a52094a624e20189b575fffbd22e0a (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.