SOLICITATION NOTICE
70 -- HP ProLiant DL80's
- Notice Date
- 9/18/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1045847756
- Response Due
- 9/22/2008
- Archive Date
- 3/21/2009
- Point of Contact
- Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
- E-Mail Address
-
lundyhe@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 1045847756. 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. 93546. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule 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 Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2008-09-22 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22209 The Department of State requires the following items, Exact Match Only, to the following: LI 001, HP ProLiant DL80Product:HP ProLiant DL380 G5 3.00GHz High Performance Server;Processor:2 Quad-Core Intel Xeon E5450 (3.00GHz, 1333MHz FSB, 80W) Processors;Memory:HP 16GB Fully Buffered DIMM PC2-5300 8x2GB Memory (397413-16G);MS Operating System:None;Multimedia Drive:Slim Line CD-RW/DVD-ROM 24x Combo Drive Option Kit (331903-B21);Storage Controller:HP SmartArray P800 Controller (381513-B21);Riser Card:HP PCI-X/PCI-E Non-Hot Plug RISER Card (410570-B21);1st Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);2nd Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);3rd Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);4th Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);5th Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);6th Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);7th Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);8th Hard Drive:HP 146GB Hot Plug 25 SAS Dual Port 10,000 rpm Hard Drive (418367-B21);Power Supply:HP 1000-W Hot-Plug Power Supply;Redundant Power Supply:HP 1000-W Redundant Hot-Plug Power Supply;Redundant Fan Options:HP Redundant Hot-Plug Fans;Network Card:Embedded NC373i Multifunction Gigabit Network Adapter;Server Management:Integrated Lights Out 2 (ILO 2) Standard Management;Power Cord:2 HP 18310A C13-UL US Power Cords (AF556A-XX2);Warranty:HP Standard Limited Warranty- 3 years parts and on-site Labor, Next Business Day;Service, support, and upgradesHP Care Pack, 3 years, 4 hours, 24x7, Hardware ProLiant DL380 (U4545E)Installation Service:No Item Selected, 5, 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. 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. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS. New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The HP ProLiant DL380 G5 Server has been identified as a key component of the Departments networking system, with the optimal server configuration to meet CA/CST/TIs iCLASS (Phase II) projects needs. The HP DL380 G5 server meets the following project requirements above and beyond other tested server options:Systems need to participate in a Systems Insight Manager environment for monitoring and managementSystems must have a visible diagnostic display indicating system hardware healthMust accept a variety of RAID controllers from low cost/performance to high performance while preserving compatibility of the data on the disksSystems must use Small Form Factor (SFF) SAS drivesSystems must use common drives and RAID controllersEmbedded NICS must be multifunctional (i.e., provide TCP/IP offload capabilities)CPUs must provide virtual KVM capability to include Power Meter Data Reporting1U servers must support up to 6 SAS internal drives; 2U servers must support up to 8 SAS internal drivesSystems must have front video/USB portsSystems must support redundant hot-plug power supplies with independent power cords that can be plugged into independent power sourcesSystems must have an option to support the same disks both internally and externally In order to adequately reproduce the production environment for IV&V application testing, this exact type of hardware to ensure performance and application testing results will provide a valid indication of any given application's response capabilities when placed in production. As this is a brand name only justification, no one contractors 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 Departments requirements as a key component of the Departments networking system. CA/CST has selected the HP ProLiant DL380 G5 Server because results obtain by the Bureaus System Engineering Task Team in tests and reviews of other manufacturers servers indicated that these most closely met the DoSs processing, redundancy, and management requirements. The requested servers will be deployed at a DoS facility which has established an environment comprised of HP equipment in the interest of overall cost economy, reliability, and ease of administration. The continued use of HP servers eliminates the need to procure, maintain, and account for spare part inventories for multiple HW manufacturers server configurations or to manage multiple vendors yearly support and maintenance agreements. These servers are to be used to implement an iCLASS environment in the CA IV&V lab. The iCLASS technical representative recommends that the HP ProLiant DL380 is used to standardize the server configurations in order to simplify management and reduce the cost of ownership. The HP ProLiant DL380 G5 Server has been evaluated and approved by the Bureau of Consular Affairs Configuration Control Board and will be added to the Consular HW Baseline. The HP DL380 G5 has undergone test and assessment and received final approval from the Department of State IT Configuration Control Board. The requirement will be competed as the IT community responds to price requests on FedBid.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57eac93c51c95dce043fd2c389b453d9&tab=core&_cview=1)
- Place of Performance
- Address: Arlington, VA 22209<br />
- Zip Code: 22209<br />
- Zip Code: 22209<br />
- Record
- SN01675268-W 20080920/080918223617-57eac93c51c95dce043fd2c389b453d9 (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 |