Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2014 FBO #4656
SOLICITATION NOTICE

70 -- Oracle Exadata

Notice Date
8/22/2014
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1045437060
 
Response Due
8/22/2014
 
Archive Date
2/18/2015
 
Point of Contact
Name: Steven Haines, Title: Contract Specialist, Phone: 7038756746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number 1045437060. 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. 657900. NIH ECS III Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NIH ECS III 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. 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. Open Market items will not be accepted as they are prohibited from NIH ECS III orders. Information regarding NIH ECS III contracts is available at http://nitaac.nih.gov/ecs3home.asp. The FedBid system will automatically calculate NIH ECS III fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is a [ Small Business ] set-aside 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 2014-08-22 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON, DC 20052 The Department of State requires the following items, Exact Match Only, to the following: LI 001: Exadata Database Machine X4-8 HC Full Rack P/N: 7109384, 3, EA; LI 002: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 3, EA; LI 003: Customer Data & Device Retention P/N: B58122 Term: 1 Year, 3, EA; LI 004: Exadata Storage Server Software P/N: L68816 Term: Perpetual License Type: Disk Drive, 504, EA; LI 005: Update Rights and Product Technical Support P/N: B58121 Term: 1 Year License Type: Disk Drive, 504, EA; LI 006: Exadata Storage Expansion X4-2 HC Full Rack P/N: 7106709, 2, EA; LI 007: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 2, EA; LI 008: Customer Data & Device Retention P/N: B58122 Term: 1 Year, 2, EA; LI 009: Exadata Storage Server Software P/N: L68816 Term: Perpetual License Type: Disk Drive, 432, EA; LI 010: Update Rights and Product Technical Support P/N: B58121 Term: 1 Year License Type: Disk Drive, 432, EA; LI 011: Exadata Database Machine Expansion Switch Kit P/N: UPG-SWITCH-1 Term: Perpetual, 2, EA; LI 012: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 2, EA; LI 013: Dual rate transceiver: SFP+ SR. Support 1 Gb/sec and 10 Gb/sec dual rate P/N: X2129A-N Term: Perpetual, 48, EA; LI 014: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 48, EA; LI 015: QSFP to QSFP passive copper cable: 3 meter P/N: X2121A-3M-N Term: Perpetual, 32, EA; LI 016: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 32, EA; LI 017: QSFP to QSFP passive copper cable: 5 meter P/N: X2121A-5M-N Term: Perpetual, 40, EA; LI 018: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 40, EA; LI 019: High bandwidth QSFP optical cable: 10 meters, MPO to MPO P/N: 7102869 Term: Perpetual, 8, EA; LI 020: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 8, EA; LI 021: High bandwidth QSFP optical cable: 50 meters, MPO to MPO P/N: 7102871 Term: Perpetual, 16, EA; LI 022: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 16, EA; LI 023: QSFP parallel fiber optics short wave transceiver P/N: X2124A-N Term: Perpetual, 48, EA; LI 024: Oracle Premier Support for Systems P/N: B58121 Term: 1 Year, 48, EA; LI 025: Oracle Standard System Installation Basic: Upgrade ? Switches ? Group III P/N: B63939, 2, EA; LI 026: Oracle Standard System Installation Service, Basic: Upgrade - Group V : Engineered System Multi Rack Cabling P/N: B63941, 6, EA; LI 027: Oracle Standard System Installation Service, Site Audit : Engineered Systems - Group II P/N: B74194, 5, EA; LI 028: Oracle ACS Exadata Full Rack Configuration Service P/N: B51555, 3, EA; LI 029: Oracle ACS Exadata Storage Expansion Full Rack Configuration Service P/N: B64314, 2, EA; LI 030: Quarterly On-Site Patching for (3) Full Racks of Exadata and (2) Storage Expansion Units, 1, EA; LI 031: Oracle Advanced Support Engineer (days), 5, days; LI 032: Technical Project Management (days), 10, days; LI 033: Estimated Travel and Expenses, 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, 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. 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. -The vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. -No other individual is authorized to change Part Numbers, manufacturers, quantities, delivery dates or any other specifications of this award either verbally or in writing. -Items, including configuration components and arrangement, that do not conform to the Descriptions and Part Numbers found on the order will be rejected at the time of delivery at vendor?s risk and expense. -Items not in compliance will be returned to the vendor at no additional cost to the Department and comments will be recorded in the vendor?s Past Performance File. -Random Quality Assurance will be conducted to ensure conformance. Evaluation will be in accordance with FAR 8.405. Accordingly, award will be made to the schedule contractor that provides the best value, price and other factors considered. DOSAR 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) is hereby incorporated by reference. (a) The Department of State?s Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1693, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (b) The Department of State?s Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the AQM contracting activity ombudsman, Lisa Million, at tel. 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1693, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (End of provision) Section 508 Program Need: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Desktop or Portable Computer." Section 508 Deliverable Requirements: Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Desktop or Portable Computer deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors: Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Desktop or Portable Computer delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Desktop or Portable Computer delivered must include a completed GPAT(or manufacturer's VPAT), a sample of which is included as a part of this solicitation. The supplies or services requested by this solicitation relate to or require the use of EIT. FAR subpart 39 requires that, in accordance with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), requiring and ordering activities must ensure EIT supplies or services meet the applicable accessibility standards at 36 CFR Part 1194, unless an exception applies. The Department of State requiring official has documented in writing, in accordance with FAR 39.204, an exception to the requirements for accessibility, since the required EIT ? [ ] Is for a national security system; [ ] Is acquired by a contractor incidental to a contract; [ X ] Is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment; or [ ] Would impose an undue burden on the agency. Therefore, the requirements of FAR 39.203 do not apply to this EIT acquisition. The following FAR clauses apply to this order: 52.219-6 Notice of Total Small Business Set-Aside (June 2003); and 52.219-14 Limitations on Subcontracting (Dec 1996). If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1045437060/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20052
Zip Code: 20052
 
Record
SN03477514-W 20140824/140822235734-2cd4ea72cac9f8680b97b0e716b084ed (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.