Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
MODIFICATION

70 -- IBM HARDWARE

Notice Date
4/9/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-731904
 
Response Due
3/22/2007
 
Archive Date
9/18/2007
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: 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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-731904 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 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted 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 2007-03-22 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Express x3650 Dual-Core Intel Xeon 5150 2.66 GHz/1333MHz, 4MB 62, 2x512 MB Ch, PN: 797961U, 2, EA; LI 002, Dual-Core Intel Xeon Processor 5150 2.66 GHz/1333 MHz, FSB 4MB L2, PN: 40K1235, 2, EA; LI 003, 2 GB (2x1GB) PC2-5300 667 MHz ECC Chipkill DDR2 FBDIMM, PN: 39M5785, 2, EA; LI 004, 73GB Hot-Swap 3.5" 10K RPM Ultra320 SAS HDD, PN: 40K1039, 4, EA; LI 005, QLOGIC 4GB FC Dual-Port PCIe HBA for IBM System x, PN: 39R6527, 2, EA; LI 006, Server Hardware Config -4 or more options, PN: 58P8665, 2, EA; LI 007, 835 Watt Hot - Swap Power Supply Option (US( PN: 40K1905, 2, EA; LI 008, 3 Year onsite repair 24x7 hour response (7979) PN: 2192078, 2, EA; LI 009, x3850, Intel Xeon 7130N 2X3 16GHz/667MHz, 2MB L2 8MB L3, 2x1GB, O/BAY HS SA, PN: 88643RU, 3, EA; LI 010, Intel Xeon Dual-Cor 7130N 3.16GHz/667 MHz, 2MB L2/8MB L3, PN: 40K1261, 6, EA; LI 011, Active Memory 4 slot Expansion card PN: 41Y5000, 9, EA; LI 012, 2GB (2x1 GB KIT) PC2-3200 CL3 ECC DDR2 SDRAM RDIMM, PN: 39M5809, 24, EA; LI 013, 73GB 2.5" 10K RPM SAS Hot-Swap HDD, PN: 40K1052, 9, EA; LI 014, ServeRAID 8i SAS Controller, PN: 39R8729, 6, EA; LI 015, DS4000 2-pt PCI-X 4 Gbps HBA PN: 39M5895, 3, EA; LI 016, PRO/1000 GT DUAL Port Server Adapter By Intel PN: 73P5101, 3, EA; LI 017, Remote Supervisor Adapter 11 Slimline Refresh 1 PN: 39Y9566, 3, EA; LI 018, 1300w Hot-Swap Redundant Power Supply PN#13M7413, 3, EA; LI 019, Server Hardware Confi - 4 or more options PN: 58P8665, 3, EA; LI 020, 3 Year Remote Technical Support for xSeries, IBM Director, Windows and Linux 8864 PN: 29R5397, 3, EA; LI 021, 3 year onsite repair 24x7 4 hour response (8864), PN: 96P2253, 3, EA; LI 022, IBM Total storage SAN16M-2 Entry- Level Switch PN: 2026416, 1, EA; LI 023, PDU Jumpter, 1M Shrouded Plug, 240v, PN: 1057, 2, EA; LI 024, LW 4 Gbps 4km SFP Transceiver PN: 3421, 2, EA; LI 025, Shelf mount kit (holds two SAN16M-2's PN: 4401, 1, EA; LI 026, 4 Port Flexport expansion kit (includes SW 4 Gbps SFPs) 2026-416 price PN: 4404, 2, EA; LI 027, TS3200 tape library express PN: 3573L4U, 1, EA; LI 028, Path Failover PN: 1682 , 1, EA; LI 029, 5m LC/LC Fibre Channel Cable PN: 6005, 1, EA; LI 030, Rack Mount Kit PN: 7002, 1, EA; LI 031, Ultrium Cleaning Cartridge L1 UCC: PN: 8002, 1, EA; LI 032, Ultrium 2 Fibre Drive (4Gb) PN: 8044, 1, EA; LI 033, Right Side Magazine PN: 8106, 1, EA; LI 034, Attached to Windows System PN: 9212, 1, EA; LI 035, 2.8m Power Cord 125V US/Canada PN: 9800, 1, EA; LI 036, Rack to PDU Line Cord, 3573-L4U Price, Annual Maintenance PN: 9848, 1, EA; LI 037, IBM TotalSTG Prod Center Limited Edition REG/REN: 1YR, PN: 5608VNC, 1, EA; LI 038, PER Terabyte Sw Maint No Charge 1Y Reg,, 2, EA; LI 039, 5608-VNC Total, PN: 5608VNC, 1, EA; LI 040, IBM Total Storage Productivity Center Limited Edition PN: 5608VC6, 1, EA; LI 041, Per Terabyte W 1YR SW Main PN: 3954, 2, EA; LI 042, CD-ROM Multilingual PN: 5809, 1, EA; LI 043, 5608-VC6 Total, 1, EA; LI 044, Warranty Service Upgrade, 1, EA; LI 045, Request Proposal for Prices, 1, EA; LI 046, WSU Same Day 24x7x4 Response , 1, EA; LI 047, 2026-416 24x7x4 WSU, PN: 8133, 1, EA; LI 048, 1815-80A 24x7x4 WSU PN: 9755, 1, 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 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 vendor access and awareness of requests and the agency's ability to gather multiple, completed, 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, contact Harry Lundy at lundyhe@state.gov 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. 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. 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. 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 to 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 configuration as submitted and approved by the PMA Lab. *Vendors must deliver to the configuration 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. Northrop Grumman Systems Corporation / California Microwave Systems (NGSC/CMS) is the sole provider of Systems, Software, Annual Maintenance, Protocol Board Interfaces, and Training Courses for its products. The Decision Agent? (DA), Communications Gateway System (CGS), Enhanced Communications Gateway System (ECGS), Mail Room (MR), LMDS, and Message Center are all Proprietary Software Products of NGSC/CMS. The development and support of these products require specific message handling expertise, expert teams of engineering talent, access to the source codes, and an extensive system of product configuration and testing capabilities. This Justification and Approval (J&A) on a brand name only basis is for the Technology Refresh of the Departments Alternate Communications Site (ACS) Decision Agent (DA) Computer System. The use of a brand name description is essential to the Government?s requirements, thereby precluding consideration of the products and services of another company. The Department has been advised that Northrop Grumman has not certified its proprietary software to run on and be compatible with any other vender?s hardware. Northrop Grumman?s Decision Agent (DA) software products are tested, certified, and implemented on the IBM X-Series and incorporates its Mail Room and Enhanced Communications Gateway System (ECGS), is used by the Department to provide an alternate command and control messaging capability in the event of a national emergency when the Department?s primary systems would be inoperable. The system has been certified and accredited. Currently all message traffic is backed up to the site, and in the event of an emergency it would allow the principle officers within the Department, and other connected agencies to communicate via secure direct and dial up connections to send and receive official messages. The system is a critical component of the Department?s Critical Infrastructure Protection (CIP) planning. The project was approved, and funds provided by the Department?s Critical Infrastructure Protection Steering Committee. This alternate communications capability is vital to the continued accomplishment of mission essential business and support of diplomatic activities worldwide in the event of a catastrophic loss of communications capability at Main State (HST) or the Beltsville Information Management Center (BIMC). The ACS provides assurance that there will be a wide range of survivable communications maintained with Embassies and Consulates around the world. The Alternate Communications Site (ACS) concept addresses the single point of failure and disaster recovery issues that were found to be inadequately supported and provides the Department of State with reasonable and cost effective survivable communications necessary to maintain the Diplomatic Command and Control communications and the interoperability of the Foreign Affairs Community. The ACS as part of the Global Telecommunications Network has established a survivable telegraphic command & control communications capability with alternate routing provided by dial-up and leased communications circuitry for more than sixty agencies. IRM requires the Technology Refresh of Northrop Grumman?s Decision Agent (DA), Mail Room, Hardware, and Enhanced Communications Gateway System software products, and includes renewal of the Software Subscription Service Agreement on a brand name only basis. The software products being supported are proprietary to Northrop Grumman, which has not licensed the software, annual maintenance, or training to any other entity. As this is a brand name only justification, the hardware products identified by brand name herein have been determined to be the only items that meet the Department?s requirements for a commercially available product for command and control messaging. No other commercially available products are available that could meet the Department?s requirements. The Department intends that DA, Mail Room, and ECGS software will continue to be installed on IBM hardware and operational for at least three years into the future The Department cannot afford to replace the existing products with another vendor?s non-tested / non-certified hardware products. This Brand Name Hardware procurement will ensure that support for the Northrop Grumman software is renewed for the next three years and is significant in terms of critical infrastructure protection and emergency preparedness. The nature of this Technology Refresh procurement prevents the Department from considering, at this time, any hardware other than the Northrop Grumman recommended IBM X-Series Servers for which their software products have undergone extensive tests and assessment, evaluation for security testing, and received final Certification and Accreditation. The Information Resource Management, Beltsville Messaging Center, Alternate Communications Site Manager request this requisition be processed as soon as possible.
 
Web Link
www.fedbid.com (b-37893_02, n-5510)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01269239-W 20070411/070409220318 (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.