Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2006 FBO #1811
SOLICITATION NOTICE

70 -- NetApps

Notice Date
11/9/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
3920 Pender Drive, Fairfax, VA 22030
 
ZIP Code
22030
 
Solicitation Number
1045-747901
 
Response Due
11/14/2006
 
Archive Date
5/13/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1045-747901 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, November 14, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Beltsville, MD 20705 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, P/N:SW-SSP-MPIO-WIN - SW Subs, Multipath IO, Windows, 11, EA; LI 002, P/N:SW-SSP-SDR-WIN - SW Subs, SnapDrive for Windows, 11, EA; LI 003, P/N:SW-MPIO-WIN - MultiPath IO (MPIO) Windows, 11, EA; LI 004, P/N:SW-SDR-WIN - SnapDrive Windows, 11, EA; LI 005, P/N:X1088A-R6 - QLogic QLE2460 1-Port 4GB PCI-e HBA, R6, 22, EA; LI 006, P/N:SW-FAK-WIN - FCP Windows Attach Kit, 11, EA; LI 007, P/N:X6518-R6 - CBL, 5M, Optical, LC/LC, R6, 22, EA; LI 008, P/N:X6519A-R6 - CBL, 30M, Optical, LC/LC, R6, 22, EA; 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. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer 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 offers, 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, contact Barbra Postell at postellbj@state.gov or FedBid.com 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@Fedbid.com or call 1-877-9fedbid to address any questions of comments. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF-347 ORDER FOR SUPPLIES AND SERVICES. SHIPPING DOCUMENTS WILL CLEARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENTS. New Equipment ONLY, NO remanufactured products FOB DESTINATION CONUS The vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized, either verbally or in writing change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the vendors expense. Items received must adhere to the configurations as submitted and approved by the PMA Lab. Vendor must deliver to the configurations as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor Manufacturer conformance. 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. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Bureau of Information Resource Management, Program Management and Analysis Program (IRM/OPS/PMA). This Justification and Approval (J&A) on a brand name only basis is for the use of NetApp equipment. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. CA/CST has identified the NetApp FAS3020 and FAS270HA as equipment necessary to the KCC?s Phase II project. The following requirements are fully met by the aforementioned NetApp systems. NetApp FAS3020HA: Maximum capacity of 50TB, Available protocols to include NFS, CIFS, HTTP, FTP, FCP, iSCSI, RAID type to include Sotware RAID4, RAID DP, Checksum Management, Interface to include Ethernet, FC, Hard Drive types to include Fibre Channel, SATA, Redundancies to include Power Supplies, Fans, Network Ports, Redundant Controller (full redundancy), Disk Access Paths, Cache content protected by means of batteries (NVARM battery, ECC), System management to include Console, Web Browser, SNMP, Tivoli, SAN Manager, HP-Openview, DFM, VFM, Capable of doing ?snapshots? of the data, Capable of both synchronous and asynchronous mirroring NetApp FAS270HA, Maximum capacity of 4TB, Protocols to include NFS, CIFS, HTTP, FTP, iSCSI, RAID type to include Software RAID4, RAID DO, Checksum, Management, Interfaces to include Ethernet, FC, Hard Drives types to include Fibre Channel, System management to include Console, web, browser, SNMP, Tivoli, HP-Openview, DFM, VFM, Capable of doing ?snapshots? of the data, Capable of both synchronous and asynchronous mirroring. As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. The NetApp FAS3020HA and NetApp FAS270HA hardware has undergone tests, assessment, and evaluation and received final approval from the Department of State IT Configuration Control Board.
 
Web Link
www.fedbid.com (b-35268_01, n-4595)
(http://www.fedbid.com)
 
Place of Performance
Address: Beltsville, MD 20705
Zip Code: 20705
Country: US
 
Record
SN01178987-W 20061111/061109220419 (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.