Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2007 FBO #2060
SOLICITATION NOTICE

70 -- Network Security Upgrade Hardware and Software System

Notice Date
7/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T7NMLIC220
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
Description
(I) 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. Awards will be made in IT Solutions; therefore, registration in IT-Solutions is required ? offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address and email address. Quote Validation Date ? quote must be valid for at least 30 days after quote response date Section 508 Rehabilitation Act Compliance Statement ? offeror must indicate compliance Offeror must state no later than Delivery and Installation Dates ? use calendar date(s) State Federal Tax Identification (TIN) and Dun and Bradstreet (DUNS) number(s) Quotes must include the terms and conditions for returns and exchanges as well as any restocking fees. Offerors must identify if returns or exchanges are not accepted (II) The solicitation for commercial items is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Acquisition Service (FAS) on behalf of SPAWARSYSCEN San Diego, CA, (III) This solicitation number is 9T7NMLIC220 and is used as a Request for Quotes (RFQ). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) Document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-12. (V) This solicitation is issued on an unrestricted basis. (VI) Description of Requirement: This requirement is to upgrade and enhance the network security structure in response to a DoD wide security requirement for Space and Naval Warfare (SPAWAR) Systems Center located in San Diego, CA. The following is the item list for this requirement. QUANTITY 7 EACH Base Unit: Quad Core Xeon Processor X53552x4MB Cache, 2.66GHz, 1333MHz FSB, PE2950 (222-7342) Processor: Quad Core Xeon 2nd Processor X5355, 2x4MB Cache, 2.66GHz 1333MHz FSB, PE2950 (311-6968) Memory: 16GB 667MHz (8x2GB), Dual Ranked DIMMs (311-6199) Video Card: Broadcom TCP/IP Offload EngineNot Enabled (430-1765) Video Memory: Riser with 3 PCIe Slots for PowerEdge 2950 (320-4607) Hard Drive: 73GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3029) Hard Drive Controller: PERC 5/i, x6 Backplane Integrated Controller Card (341-3066) Floppy Disk Drive: No Floppy Drive for x6 Backplane (341-3685) Operating System: No Operating System (420-6320) Mouse: Mouse Option None (310-0024) NIC: Embedded Broadcom NetXtreme II5708 GigabitEthernet NIC (430-1764) CD-ROM or DVD-ROM Drive: 24X IDE CD-RW/DVD ROM Drive for PowerEdge 2950 (313-3934) Sound Card: Bezel for PE 2950 (313-3920) Speakers: 1x6 Backplane for 3.5-inch Hard Drives (311-5747) Documentation Diskette: Electronic Documentation and OpenManage CD Kit, PE2950 (310-7415) Additional Storage Products: 73GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3029) Controller Option: Emulex LPE 1150, 4GB, OptionalHost Bus Adapter, PCIe (341-2800) Feature Integrated SAS/SATA RAID 5 PERC 5/i Integrated (341-3060) Feature Rack Chassis w/Sliding Rapid/Versa Rails and Cable Management Arm,Universal (310-7412) Service: Premier Enterprise SupportService Gold Welcome Letter (310-3785) Service: GOLD Enterprise Support: 4 Hour 7x24 Onsite Service with Emergency Dispatch, 2 YR Ext (960-8322) Service: GOLD Enterprise Support: 7x24 Escalation Manager, Hw/Sw Tech Phone Support, Enterprise Command Center, 3Yr (960-8572) Service: GOLD Enterprise Support: 4 Hour 7x24 Onsite Service with Emergency Dispatch, Init YR (970-4190) Service: Hardware Warranty Plus Onsite Service Inital YR (984-1399) Service: Hardware Warranty, Extended YR (984-1417) Installation: On-Site Installation Declined (900-9997) Misc: Redundant Power Supply with Dual Cords for PowerEdge 2950 (310-7422) Misc: 73GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3029) Misc: Emulex LPE 1150, 4GB, OptionalHost Bus Adapter, PCIe (341-2800) Misc: PRO 1000PT 4PORT 10 100 1000BTX GBE PCIE LOW PROFILE QUAD NIC Misc: VI3 Enterprise - 2 proc license - ESX SMP VC Agent Vmotion HA DRS VCB Misc: VI3 Enterprise - 3yr Gold SNS - 12x5 support and full subscription QUANITTY 1 EACH Misc: VirtualCenter Mgmt Server 2 - license Misc: VirtualCenter Mgmt Server 2 - 3yr Gold SNS - 12x5 support and full subscription (VII) The following Federal Acquisition Regulation clauses apply to this solicitation and any subsequent award: (Clause 1) 52.212-1 -- Instruction to Offerors -- Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: Past Performance is included as an evaluation factor: submit at least two (2) past performance records for work performed within the last three (3) calendar years prior to October 1, 2006, include contact information. (Clause 2) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in order of importance, shall also be used to evaluate offers: Technical Capabilities and Qualifications (Sub factors: Meet Salient Characteristics) This is an expansion to an existing virtualization environment that currently is composed of Dell 2950 servers and VMware Infrastructure 3 (VI3) software. Hardware must be compatible with Dell 2950 to allow live VMotion migration between servers, and be fully compatible with existing VI3 environment. 7 additional servers are required. Each server must include dual host bus adaptors for redundant connection to storage area network. Each server must contain 16 Gbytes of memory and 60 Gbytes of usable RAID-1 storage and 6 each 10/100/1000 ethernet interfaces. Each server must contain 8 processor cores, at a minimum of 2.66 Ghz per processor. Each server must contain a CD/DVD ROM for software installation. All hardware and software must include 3 years of support and licenses, with at least 12x5 coverage and subscription to all software and firmware updates during this period. Past Performance Price (Sub factors; Price and Cost Realism) (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerors specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (Clause 3) (52.212-3) -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. (Clause 4) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sept 2005) is incorporated by reference. (Clause 5) 52.212-5 -- Contract terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b) 1, 14, 15, 16, 17, 18, 19, 20, 31 apply to this solicitation and any resulting contract. (Other applicable clauses) The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7 -- Central Contractor Registration 52.233-3, Protest after Award; 52.243-1, Changes-Fixed Price Alternate 1 (Apr 1984) 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://farsite.hill.af.mil); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests: Other applicable clauses) The following clause is applicable to this acquisition and is hereby incorporated in this solicitation in full text in the attached solicitation additional clauses document. 52.222.22, Previous Contracts and Compliance Reports; (IX) Closing Date and Time: July 20, 2007, 5:00 p.m. PST. (X) Offerors must submit Cost Quotation, via email to the Technical Project Advisor and Contracting officer by the closing date and time of this solicitation. (XI) If offeror does not have access to email, offeror must mail offer to: Chris Matthews U.S. General Services Administration 450 Golden Gate Avenue 4th Floor West San Francisco, California 94102 The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. All proposals shall be clearly marked with the RFQ Number 9T7NMLIC220. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, this it will be considered late/non-responsive. (XIII) Please direct any questions regarding this solicitation to the Technology Project Advisor, Mr. Minette Lemieux at minette.lemieux@gsa.gov or (831) 449-7940. Point of Contact Chris Matthews, Contracting Officer Phone (415) 522-4522 Email chris.matthews@gsa.gov
 
Place of Performance
Address: Roy J Mayo, SPAWARSYSCEN 21402, 53560 Hull St., San Diego, CA,
Zip Code: 92152
Country: UNITED STATES
 
Record
SN01343672-W 20070718/070716224343 (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.