MODIFICATION
70 -- EMC NETWORKER BACKUP AND RECOVERY
- Notice Date
- 5/15/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 5330 Valdez Circle, Dugway, UT 84022
- ZIP Code
- 84022
- Solicitation Number
- 0010486823
- Response Due
- 5/22/2014
- Archive Date
- 11/18/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- MODIFICATION NOTICE:Bids are being solicited under solicitation number 0010486823. 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. 609484_01. Army CHESS Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing Army CHESS contract. The contract 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 contract. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective Army CHESS contract AND upon approval from the soliciting contracting officer. 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 2014-05-22 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway, UT 84022 The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: LI 001: EMC NETWORKER BACKUP AND RECOVERY SOFTWARE NW DATA DOMAIN DEV TYPE: 10TB CAP BACKUP AND RECOVERY MANAGER - NETWORKER NW SOURCE CAP DATA ZONE ENABLER NW SOURCE CAP 1TB LICENSE TIER 1 PREMIUM SOFTWARE SUPPORT, 1, EA; LI 002: EMC DATA DOMAIN DD2500 SYSTEM,DD2500,NFS,CIFS SYSTEM,DD2500-7X3TB SAS,21TB,NFS,CIFS LICENSE,DD2500 EXP CAP,MORE THAN 66TB DOD UNIQUE IDENTIFICATION LABELS DOCS; BOOST; S2 DOCS; DD OS DOC; A2 OPTION,FIELD INSTALL KIT,DD2500 DD INTEGRATION WITH NETWORKER NETWORKER DATA DOMAIN DEVICE SERV IMPL FOR DD 0 SHELF QS IMPLEMENTATION FOR DD VTL BRS SOL ARCHITECT 4 HOURS QS ENHANCED SOFTWARE SUPPORT (DD) ENHANCED SYSTEM SUPPORT (DD) LICENSE,BOOST,DD2500 DISK RETENTION UPLIFT,1YR,DD2500 SAS21TB LICENSE,VTL,NDMP TAPE SERVER,ETH,DD2500 OPTION,DD 10GBE,IO MODULE,OP SFP,2PORT, 1, EA; LI 003: EMC VNX 5400 VNX5400 DPE 25X2.5" DRIVE SLOTS-EMC RA VNXB 40U RACK WITH FRONT PANEL VNXB 15X3.5 6G SAS EXP DAE-EMC RACK VNXB 2ND CONTROL STATION-EMC RACK VNXB CONTROL STATIONEMC RACK VNX5400 DME: 1 DM+FC SLIC-EMC RACK VNX5400 ADD ON DM+FC SLIC-EMC RACK VNX 900GB 10K SAS 25X2.5 DPE/DAE VNX 900GB 10K VAULT 25X2.5 DPE/DAE VNX 4TB NL SAS 15X3.5 DAE DOD UNIQUE IDENTIFICATION LABELS EMC SECURE REMOTE SUPPORT GATEWAY CLIENT RECOVERPOINT LICENSE SOLUTION RP/SE LOC FOR LPS V53 V54= IC VIRTUAL RPA FOR RECOVERPOINT=IC PREMIUM SW SUPPORT PREMIUM HW SUPPORT-WARR UPG CAB QUAD POWER CORD US TWISTLOCK VNXB OE PER TB HI CAPACITY VNXB OE PER TB PERFORMANCE VNX5400 OPERATING ENVIRONMENT VNX5400 DOCUMENTATION KIT=IC VNX5400 FAST SUITE=IC VNX5400 UNISPHERE UNIFIED SUITE=IC VNX5400 UNISPHERE UNIFIED SUITE=IC VNXB 4 PORT 8G FC IO MODULE PAIR VNXB 10GBE 2 OP MODULE (2 SFP+) PREMIUM HW SUPPORT VNX INSTALLATION EMC UNIFIED CONTROL STATION UPGRADE COMMERCIAL PMGMT 4HRS QS COMMERCIAL SA 4HOURS QS DISK RETENTION; 1 YEAR, 1, EA; LI 004: DELL POWEREDGE R820 SERVER POWEREDGE R820 2.5" CHASSIS WITH UP TO 8 HARD DRIVES 2x INTEL XEON E5-4607 2.20GHz, 12M CACHE, 6.4GT/S, NO TURBO, 6 CORE, 95W, MAZ MEM 1066MHz DUAL PROCESSOR ONLY 1333 MHz RDIMMs PERFORMANCE OPTIMIZED 32GB RDIMM, 1333 MT/s LOW VOLT, QUAD RANK, x4 DATA WIDTH NO OPERATING SYSTEM NO MEDIA REQUIRED RAID 1 FOR H710P/H710/H310 (2 HDDS) PERC H310 ADAPTER RAID CONTROLLER 146GB 15K RPM SAS 6Gbps 2.5in HOT-PLUG HARD DRIVE iDRAC7 ENTERPRISE BROADCOM 5720 QP 1GB NETWORK DAUGHTER CARD BROADCOM 57810 DP 10GB DA/SFP+ CONVERGED NETWORK ADAPTER, LOW PROFILE DUAL, HOT-PLUG, REDUNDENT POWERE SUPPLY (1+1), 750W NEMA 5-15P TO C13 WALL PLUG, 125 VOLT, 15 AMP, 10 FEET (3M), POWER CORD POWER SAVING DELL ACTIVE POWER CONTROLLER READYRAILS, SLIDING RAILS WITHOUT CABLE MANAGEMENT ARM BEZEL DVD ROM, SATA, INTERNAL ELECTRONIC SYSTEM DOCUMENTATION AND OPENMANAGE DVD KIT FOR R820 NO INSTALLATION DECLINE REMOTE CONSULTING SERVICE MAINTENANCE DECLINED POWEREDGE R820 SHIPPING 3 YEAR PROSUPPORT AND NBD ON-SITE SERVICE KEEP HARD DRIVE, 3 YEARS FEDERAL UID TAG ENERGY STAR, 3, 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, MICC Dugway Proving Ground 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. MICC Dugway Proving Ground 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor'?s shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer'?s Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0dd99ac9208c72c526093f80a8780167)
- Place of Performance
- Address: Dugway, UT 84022
- Zip Code: 84022
- Zip Code: 84022
- Record
- SN03367347-W 20140517/140515235007-0dd99ac9208c72c526093f80a8780167 (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 |