Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
MODIFICATION

70 -- Dell Hardware Support and Maintenance

Notice Date
9/14/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Fort Myer Dr., Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
10692J1089
 
Response Due
9/18/2012
 
Archive Date
3/17/2013
 
Point of Contact
Name: Mike Henderson, Title: Contract Specialist, Phone: 7035161961, Fax:
 
E-Mail Address
hendersonmp@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number 10692J1089. 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. 417741. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV 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. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at http://www.sewp.nasa.gov. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. 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 2012-09-18 14:00:00.0 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, DELL -- 8 GB Dell Certified Replacement Memory Module for Select Dell Systems - 2Rx4 RDIMM 1333MHz (A2984887), 72, EA; LI 002, DELL SAS6160 16PORT 1/2W SAS SWITCH WITH REMOTE POWER SUPPLY (A4674576), 2, EA; LI 003, DELL - PV MD1200,RKMNT,SAS, 12 Bay (224-7198) Configuration Included in quote - Configuration must be purchased in its entirety., 2, EA; LI 004, DELL - PV MD1200,RKMNT,SAS, 12 Bay (224-7198) - Configuration included in the quote - the configuration must be purchased in its entirety., 1, EA; LI 005, - DELLLSI SAS 9207-8e - Storage controller - 8 Channel - SATA-600 / SAS low profile - 600 MBps - PCI Express 3.0 x8 (A6248468), 4, EA; LI 006, - DELL Stec 8 GB ZeusRAM Solid State Drive (A5891682), 2, EA; LI 007, DELL - 1GB SD Card for Unmanaged Internal Persistent Storage Customer Installation (341-9547), 32, EA; LI 008, DELL - Blade Server Enclosure, No Blades, M1000E, PowerEdge (223-3244) - Configuration included in quote - this configuration must be purchased in its entirety, 1, EA; LI 009, DELL - PowerConnect M8024-k Managed Switch, 24x10GbE Ports, Redundant Config, TAA only when sold with M1000e (225-3991) - Configuration included in quote - the configuration must be purchased in its entirety., 2, EA; LI 010, DELL - PowerVault MD1220, Rackmount SAS, 24 Bay,Power Supply (224-7093) - Configuration included in quote - configuration must be purchased in its entirety., 1, EA; LI 011, DELL - X520-DA2 10GBE SVR 2PT-SFP+ VM FCOE ISCSI IPSEC (A3612382), 10, EA; LI 012, DELL - Open Market - 1U MOUNTING TRAY HOLDS UP TO TWO SAS6160 SWITCHES (A5067327), 1, EA; LI 013, DELL - Assembly,Carrier,Hard Drive Direct Current,2.5 (F830C), 24, EA; LI 014, DELL - Intel X520 DA 10GB, Dual Port SFP+,PCIe-8 NIC, Customer Install (430-3815), 8, 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. 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. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. (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. 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. All items requested are required to be on the vendor?s schedule contract as a precondition to its receiving the award order. Offers that include any items not on schedule with a total amount exceeding the micropurchase threshold at time of bid will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10692J1089/listing.html)
 
Place of Performance
Address: Beltsville, MD 20705
Zip Code: 20705
 
Record
SN02884355-W 20120916/120915001610-b9243e036e2861ddc69cd97689c4ee50 (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.