Federal Bid

Last Updated on 05 Jan 2009 at 9 AM
Combined Synopsis/Solicitation
Washington District of columbia

70--Netapp Storage and Software

Solicitation ID 8616-810017_01
Posted Date 07 Jul 2008 at 1 PM
Archive Date 05 Jan 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Acquisition Management
Agency Department Of State
Location Washington District of columbia United states 20520
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 8616-810017_01 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000 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 2008-07-09 16:00:00.0 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, FAS270HA iSCSI CIFS BUNDLE, R5P/N - FAS270HA-ISCSI-CIFS-R5, 2, EA;
LI 002, SNAPMIRROR SOFTWARE, SPECIAL, T2C, -CP/N - SW-T2C-SMIRROR-S-C, 2, EA;
LI 003, SNAP RESTORE SOFTWARE, SPECIAL, T2C, -CP/N - SW-T2C-SRESTORE-S-C, 2, EA;
LI 004, DISK DRIVE, FC, 300GB, 10K RPM, UNV,-C, R5P/N - X276A-R5-C, 28, EA;
LI 005, ESH4 MODULE, -C, R5P/N - X55142A-R5-C, 2, EA;
LI 006, RACKMOUNT KIT, 4N2, DS14-MIDDLE, -C, R6P/N - X5515A-R6-C, 2, EA;
LI 007, DS14MK4, FC, wPSU, AC, -C, R5P/N - X553A-R5-C, 1, EA;
LI 008, CABLE, PATCH, FC SFP TO SFP, 0.5M, -C, R6P/N - X6530-R6-C, 2, EA;
LI 009, DOCUMENTS, 270, -CP/N - DOC-270-C, 1, EA;
LI 010, POWER CABLE NORTH AMERICA, -C, R6P/N - X800E-R6-C, 4, EA;
LI 011, SUPPORT EDGE STANDARD REPLACE, 4HR, INSTALL 36 MONTHSP/N - CS-A-INST-4R, 1, EA;
LI 012, NON RETURNABLE DISK FEEP/N - CS-NRD-FEE, 1, EA;
LI 013, FAS270HA iSCSI CIFS BUNDLE, R5P/N - FAS270HA-ISCSI-CIFS-R5, 2, EA;
LI 014, SNAPMIRROR SOFTWARE, SPECIAL, T2C, -CP/N - SW-T2C-SMIRROR-S-C, 2, EA;
LI 015, SNAP RESTORE SOFTWARE, SPECIAL, T2C, -CP/N - SW-T2C-SRESTORE-S-C, 2, EA;
LI 016, DISK DRIVE, FC, 300GB, 10K RPM, UNV,-C, R5P/N - X276A-R5-C, 28, EA;
LI 017, ESH4 MODULE, -C, R5P/N - X55142A-R5-C, 2, EA;
LI 018, RACKMOUNT KIT, 4N2, DS14-MIDDLE, -C, R6P/N - X5515A-R6-C, 2, EA;
LI 019, DS14MK4, FC, wPSU, AC, -C, R5P/N - X553A-R5-C, 1, EA;
LI 020, CABLE, PATCH, FC SFP TO SFP, 0.5M, -C, R6P/N - X6530-R6-C, 2, EA;
LI 021, DOCUMENTS, 270, -CP/N - DOC-270-C, 1, EA;
LI 022, POWER CABLE NORTH AMERICA, -C, R6P/N - X800E-R6-C, 4, EA;
LI 023, SUPPORT EDGE STANDARD REPLACE, 4HR, INSTALL 36 MONTHSP/N - CS-A-INST-4R, 1, EA;
LI 024, NON RETURNABLE DISK FEEP/N - CS-NRD-FEE, 1, EA;
LI 025, PS CUSTOM STATEMENT OF WORK SERVICESP/N - PS-LVL3-SVC, 1, EA;
LI 026, TRAINING CREDITS 100 - NETAPP FUNDAMENTALS SERVICESP/N - EU-TU-100, 2, EA;
LI 027, SW SUBS, VFM MIGRATION EDITION, TIER 2 CP/N - SW-SSP-VFM-ME-T2C, 2, EA;
LI 028, VFM MIGRATION EDITION, TIER 2 CP/N - SW-T2C-VFM-ME, 2, EA;
LI 029, NTP SOFTWARE QFS FOR NAS, NETAPP FAS270 CLUSTERP/N - QFSNAFAS270CL, 1, EA;
LI 030, NTP SOFTWARE STORAGE M&A ANALYSIS SERVER, 32-BIT WINDOWSP/N - MASVR, 1, EA;
LI 031, NTP SOFTWARE STORAGE M&A FOR NAS, NETAPP FAS270 CLUSTERP/N - MANAFAS270CL, 2, EA;
LI 032, NTP SOFTWARE QFS FOR NETAPP STANDARD SUPPORT, 1 YRP/N - SUPSTDQFSNA1, 3, EA;
LI 033, NTP SOFTWARE STORAGE M&A FOR NETAPP STANDARD SUPPORT, 1 YRP/N - SUPSTDQFSNA1, 3, EA;
LI 034, NTPS STORAGE M&A ANALYSIS SERVER, 32-BIT WINDOWS, 1YR PUCP/N - MASVRPUC1, 2, EA;
LI 035, NTPS STORAGE M&A FOR NAS, NETAPP FAS270, 1YR PUCP/N - MANFAS270PUC1, 2, EA;
LI 036, NTPS QFS FOR NAS, NETAPP FAS270, 1YR PUCP/N - QFSNAFAS270PUC1, 2, EA;
LI 037, REMOTE INSTALLATION SUPPORT - VALID FOR 1 YEAR FROM DATE OF PURCHASEP/N - REMINST1DAY, 2, 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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, notify the point of contact 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.) so that they are received no later than the closing date and time for this solicitation.

Contact [email protected] or call 1-877-9FEDBID to address any questions of comments

Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov

ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT.

New equipment ONLY, NO remanufactured products

FOB DESTINATION CONUS

Should Sellers require contact with a DOS Representative, please contact Harry Lundy at [email protected] or 703-875-6014.

**TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION.

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.

Bid Protests Not Available

Similar Past Bids

Washington District of columbia 23 Jun 2008 at 12 PM
Hale Michigan 30 Aug 2007 at 4 AM
Washington District of columbia 08 Sep 2006 at 4 AM
Arlington Virginia 27 Apr 2007 at 4 AM

Similar Opportunities

Boise Idaho 30 Sep 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 12 Feb 2027 at 12 AM
Olympia Washington 15 Jul 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 31 Jul 2025 at 8 PM