Federal Bid

Last Updated on 22 Mar 2010 at 8 AM
Solicitation
Washington District of columbia

70--Net App SAN

Solicitation ID 1045947746
Posted Date 19 Sep 2009 at 7 PM
Archive Date 22 Mar 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisition Management
Agency Department Of State
Location Washington District of columbia United states 20520
Bids are being solicited under solicitation number 1045947746. 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. 163274.

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 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 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 2009-09-23 14:00:00.0 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, Brand Name or Equal, to the following:
LI 001, Documents,2050,-C p/n: DOC-2050-C, 2, EA;
LI 002, FAS2050,Disk Shelf,20x450 SAS,-C,-R5p/n: FAS2050-20-X289A-R5-C, 2, EA;
LI 003, FAS2050,ACT-ACT,Base,OS,R5p/n: FAS2050A-BASE-R5, 4, EA;
LI 004, FCP Target Card,2-Port,8Gb,PCIe,-C,R6 p/n: X1131A-R6-C, 4, EA;
LI 005, DS14MK4SHLF,ACPS,14x450GB,15K,HDD,ESH4,-C,R5p/n: X54015A-ESH4-R5-C, 2, EA;
LI 006, SFP,Optical,4.25Gb,-C,R6 p/n: X6539-R6-C, 16, EA;
LI 007, Cable,OPT,50u,2GHz/KM,MM,LC/LC,2M,-C,R6 p/n: X6553-R6-C, 16, EA;
LI 008, Cabinet Component Power Cable,-C,R6 p/n: X800-42U-R6-C, 8, EA;
LI 009, Cab,Empty,No PDU,No Rails,-C,R6 p/n: X870B-R6-C, 2, EA;
LI 010, PDU,1-Phase,8 Outlet,30A,NEMA,-C,R6p/n: X8712B-R6-C, 8, EA;
LI 011, Mounting Bracket,Tie-Down,FAS20XX,-C,R6p/n: X8775-R6-C, 2, EA;
LI 012, Rail Kit II, Cab,-C,R6 p/n: X877B-R6-C, 4, EA;
LI 013, SW,BASE Pack,-C p/n: SW-BASE-PK-C, 4, EA;
LI 014, CIFS Software,T2C-Cp/n: SW-T2C-CIFS-C, 4, EA;
LI 015, SW,Foundation Pack,T2C,-Cp/n: SW-T2C-FOUNDATION PACK-C, 4, EA;
LI 016, NFS Software,T2C,-Cp/n: SW-T2C-NFS-C, 4, EA;
LI 017, SW,Protection Pack,T2C,-C p/n: SW-T2C-PROTECTION PACK-C, 4, EA;
LI 018, SupportEdge Premium, 7x24, 4hr Onsite Mths:12 p/n: CS-O-4HR, 2, EA;
LI 019, SnapDrive for Windows Software, T5Cp/n: SW-T5C-SDR-WIN, 2, EA;
LI 020, SnapMirror SnapVault Software Bundle, T5Cp/n: SW-T5C-SMSVS, 2, EA;
LI 021, SnapVault Primary Software, T5Cp/n: SW-T5C-SVPRI, 2, EA;
LI 022, SW Subscription Plan - Mths: 10p/n: CS-S-SSPBegin: 07/01/2009, Serial # 70002957, 70002958, 2, EA;
LI 023, DS14MK4 SHLF, AC, 14x450GB, 15K, ESH4, QS, R5p/n: X54015A-ESH4-QS-R5, 6, EA;
LI 024, Rackmount Kit, 4N2, DS14-Middle, -C, R6p/n: X5515A-R6, 6, EA;
LI 025, Cable, Patch, FC SFP to SFP, 0.5M, R6p/n: X6530-R6, 12, EA;
LI 026, Cabinet Component Power Cable, -C, R6 p/n: X800-42U-R6, 12, EA;
LI 027, SupportEdge Premium, 7x24, 4hr Onsite - Mths: 12p/n: CS-O-4HR, 6, EA;
LI 028, DS14MK2 SHLF, 14.0TB SATA, QS, R5p/n: DSX-14.0TB-QS-R5, 4, EA;
LI 029, Rackmount Kit, 4N2, DS14-Middle, R6p/n: X5515A-R6, 4, EA;
LI 030, Cable, Patch, FC SFP to SFP, 0.5M, R6p/n: X6530-R6, 8, EA;
LI 031, Cabinet Component Power Cable, R6 p/n: X800-42U-R6, 8, EA;
LI 032, SupportEdge Premium, 7x24, 4hr Onsite - Mths: 12p/n: CS-O-4HR, 4, EA;
LI 033, Storage Implementation Base RDS+, ZA- p/n: PS-RDSP-STOR-IMPL-BASE-ZA, 1, EA;
LI 034, Storage Impl SAN Add-on RDS+, ZA-p/n: PS-RDSP-STOR-IMPL-SAN-ZA, 1, EA;
LI 035, NFS Software, T2p/n: SW-T2C-NFS, 1, EA;
LI 036, SW Subscription Plan - Mths: 12p/n: CS-S-SSPBegin: 07/01/2009, Serial # 30018673, 1, EA;
LI 037, Cable, Optical, 50u, 2000MHz/Km/MM, LC/LC, 5M, R6p/n: X6536-R6, 12, EA;
LI 038, SFP, Optical, 4.25Gb, R6 p/n: X6539-R6, 12, EA;
LI 039, Upgrade to SupportEdge Secure 4hr Onsite - V3170A Post-Warranty - Mths: 10p/n: CS-UPL-SEC-4HRBegin: 07/01/2009, Serial # 70002957, 70002958, 2, EA;
LI 040, shipping cost if applicable, 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. 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 [email protected]. 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 [email protected].

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.

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.

Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov.

All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications

New equipment ONLY, NO remanufactured, refurbished, or gray-market products.

All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

(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.

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.

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 contract resulting from this solicitation will list 2 delivery Point of Contact. Vendor MUST contact POCs as soon as award is received to coordinate delivery, which must be approximately 30 calendar days later. All deliveries must occure Monday through Friday from 8:00am - 4:00pm Eastern Time, excluding all Federal holidays. The following information must be provided to the delivery POCs as soon as it is available, and no less than 72 hours before delivery: Bill of Lading Number, Carrier Name, Delivery Date, Delivery time (range can be given), Number of movers, Phone number of driver, Lenght of hours to unload truck, Shipment details. Deliveries must clearly indicate customer name (Department of State - ESOC East), delivery points of contact, and return address information. Once the shipment arrives at the loading dock, someone in the truck will need to call delivery POCs AND the ESOC East at the cell phone numbers provided on the contract. **NO PARTIAL SHIPMENTS. Incomplete deliveries will be refused at vendor's expense and risk of termination**

Bid Protests Not Available

Similar Past Bids

Washington District of columbia 23 Sep 2009 at 8 PM
Arlington Virginia 27 Apr 2007 at 4 AM
Arlington Virginia 23 Apr 2007 at 4 AM
Washington District of columbia 08 Sep 2008 at 5 PM
Washington District of columbia 27 Aug 2008 at 5 PM

Similar Opportunities

Boise Idaho 30 Sep 2025 at 4 AM (estimated)
Olympia Washington 15 Jul 2025 at 4 AM (estimated)
San francisco California 08 Sep 2025 at 7 AM