Federal Bid

Last Updated on 21 Oct 2007 at 4 AM
Combined Synopsis/Solicitation
Fort hood Texas

70--FAS3020 ISCSI Base,OS,1G CF,R5

Solicitation ID W45CML70680001
Posted Date 20 Apr 2007 at 4 AM
Archive Date 21 Oct 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort hood Texas United states 76544
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 W45CML70680001 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 334419 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside 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 2007-04-23 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544

The USA ACA Fort Hood requires the following items, Exact Match Only, to the following:
LI 001, FAS3020 ISCSI Base,OS,1G CF,R5 FFP FAS3020-ISB-BASE1G-R5 - FAS3020 ISCSI Base,OS,1G CF,R5 FOB: Destination NSN: FAS3020ISBBASE1GR5 MFR PART NR: FAS3020-ISB-BASE1G-R5 , 1, EA;
LI 002, SnapRestore Software,SAN,T3,-C FFP SnapRestore Software,SAN,T3,-C FOB: Destination NSN: SW-T3-SRESTORE-S-C MFR PART NR: SW-T3-SRESTORE-S-C , 1, EA;
LI 003, DS14MK2 SHLF,ACPS,14x144GB,10K,HDD,ESH2,-C,R5 FFP X700B-ESH2-R5-C DS14MK2 SHLF,ACPS,14x144GB,10K,HDD,ESH2,-C,R5 FOB: Destination NSN: X700B-ESH2-R5-C MFR PART NR: X700B-ESH2-R5-C, 1, EA;
LI 004, DS14MK2 SHLF,ACPS,14x300GB,10K,HDD,ESH2,-C,R5 FFP X900A-ESH2-R5-C DS14MK2 SHLF,ACPS,14x300GB,10K,HDD,ESH2,-C,R5 FOB: Destination NSN: X900A-ESH2-R5-C MFR PART NR: X900A-ESH2-R5-C , 2, EA;
LI 005, Remote LAN Module,No Charge W/ Premium SVC,R5 FFP X3304-R5-C-P Remote LAN Module,No Charge W/ Premium SVC,R5 FOB: Destination NSN: X3304-R5-C-P MFR PART NR: X3304-R5-C-P , 1, EA;
LI 006, Cable,Optical,LC/LC,5M,-C,R6 FFP X6518A-R6-C Cable,Optical,LC/LC,5M,-C,R6 FOB: Destination NSN: X6518A-R6-C MFR PART NR: X6518A-R6-C , 2, EA;
LI 007, Cable,Patch,FC SFP to SFP,0.5M,-C,R6 FFP X6530-R6-C Cable,Patch,FC SFP to SFP,0.5M,-C,R6 FOB: Destination NSN: X6530-R6-C MFR PART NR: X6530-R6-C , 4, EA;
LI 008, Power Cable North America,-C,R6 FFP X800E-R6-C Power Cable North America,-C,R6 FOB: Destination NSN: X800E-R6-C MFR PART NR: X800E-R6-C , 8, EA;
LI 009, System Lift Handle,Detachable,-C,R6 FFP System Lift Handle,Detachable,-C,R6 FOB: Destination NSN: X505-R6-C MFR PART NR: X505-R6-C , 1, EA;
LI 010, Rackmount Kit,4N2,DS14-Middle,-C,R6 FFP Rackmount Kit,4N2,DS14-Middle,-C,R6 FOB: Destination NSN: X5515A-R6-C MFR PART NR: X5515A-R6-C , 4, EA;
LI 011, Documents,3XXX,-C FFP Documents,3XXX,-C DOC-3XXX-C FOB: Destination NSN: DOC-3XXX-C MFR PART NR: DOC-3XXX-C , 1, EA;
LI 012, SupportEdge Standard w/ Installation FFP CS-A-INST SupportEdge Standard w/ Installation FOB: Destination NSN: CS-A-INST MFR PART NR: CS-A-INST , 1, EA;
LI 013, SW Subs,SnapDrive for Windows FFP SW-SSP-SDR-WINDOWS SW Subs,SnapDrive for Windows FOB: Destination NSN: SW-SSP-SDR-WINDOWS MFR PART NR: SW-SSP-SDR-WINDOWS , 1, EA;
LI 014, SnapDrive Software,Windows FFP SW-SDR-WIN SnapDrive Software,Windows FOB: Destination NSN: SW-SDR-WIN MFR PART NR: SW-SDR-WIN , 1, EA;

For this solicitation, USA ACA Fort Hood 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. USA ACA Fort Hood 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 [email protected]. 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 Johanna Goodman at [email protected] or FedBid at 877-9FEDBID (877-933-3243) or [email protected].

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.) directly to [email protected] (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.

Delivery shall be made within 30 days or less after receipt of order (ARO). Sellers shall offer the best delivery times. FOB Destination Conus (Continental U.S).

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.

The Fort Hood DOIM places all mail server stores on NetApp Storage Devices. All storage devices purchased for deployment as a mail server store must be compatible with our infrastructure in the areas of maintenance, training and compatibility. In this case, the devices being purchased will increase the storage capacity of our primary server store.

Bid Protests Not Available

Similar Past Bids

Springfield Virginia 26 Sep 2006 at 4 AM
Springfield Virginia 26 Sep 2006 at 4 AM
Springfield Virginia 26 Sep 2006 at 4 AM
Bethesda Maryland 21 Aug 2007 at 4 AM
Washington District of columbia 10 Sep 2007 at 4 AM

Similar Opportunities

Boise Idaho 30 Sep 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Baxley Georgia 14 Aug 2025 at 3 PM