Federal Bid

Last Updated on 28 Mar 2007 at 4 AM
Combined Synopsis/Solicitation
Beltsville Maryland

70--NetApps

Solicitation ID 1045-646002
Posted Date 27 Sep 2006 at 4 AM
Archive Date 28 Mar 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisition Management
Agency Department Of State
Location Beltsville Maryland United states 20705
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, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1045-646002 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, September 29, 2006 at 14:00:00 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, SW Subs, MultiPath IO, Windows PN: SW-SSP-MPIO-WIN, 11, EA;
LI 002, SW Subs, SnapDrive for Windows PN: SW-SSP-SDR-WINDOWS, 11, EA;
LI 003, MultiPath IO (MPIO) Windows PN: SW-MPIO-WIN, 11, EA;
LI 004, SnapDrive Windows PN: SW-SDR-WIN, 11, EA;
LI 005, QLogic QLE2460 1-Port 4GB PCI-e HBA, R6 PN: X1088A-R6, 22, EA;
LI 006, FCP Windows Attach Kit PN: SW-FAK-WIN, 11, EA;
LI 007, CBL, 5M, Optical, LC/LC, R6 PN: X6518A-R6, 22, EA;
LI 008, CBL, 30M, Optical, LC/LC, R6 PN: X6519A-R6, 22, 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer 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 offers, 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 Harry Lundy at [email protected] or FedBid.com at 877-9FEDBID (877-933-3243) or [email protected].

Contact [email protected] or call 1-877-9FEDBID to address any questions of comments 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. 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 *The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. *No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. *Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. *Items received must adhere to the configuration as submitted and approved by the PMA Lab. *Vendors must deliver to the configuration as tested and approved. *Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Bureau of Information Resource Management, Program Management and Analysis Program (IRM/OPS/PMA). This Justification and Approval (J&A) on a brand name only basis is for the use of NetApp equipment. The use of a brand name description is essential to the Government’s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. CA/CST has identified the NetApp FAS3020 and FAS270HA as equipment necessary to the BIMC Phase II project. The following requirements are fully met by the aforementioned NetApp systems. NetApp FAS3020HA: · Maximum capacity of 50TB · Available protocols to include NFS, CIFS, HTTP, FTP, FCP, iSCSI · RAID type to include Sotware RAID4, RAID DP, Checksum Management · Interface to include Ethernet, FC · Hard Drive types to include Fibre Channel, SATA · Redundancies to include Power Supplies, Fans, Network Ports, Redundant Controller (full redundancy), Disk Access Paths, Cache content protected by means of batteries (NVARM battery, ECC) · System management to include Console, Web Browser, SNMP, Tivoli, SAN Manager, HP-Openview, DFM, VFM · Capable of doing “snapshots” of the data · Capable of both synchronous and asynchronous mirroring NetApp FAS270HA: Maximum capacity of 4TB Protocols to include NFS, CIFS, HTTP, FTP, iSCSI RAID type to include Software RAID4, RAID DO, Checksum Management Interfaces to include Ethernet, FC Hard Drives types to include Fibre Channel System management to include Console, web browser, SNMP, Tivoli, HP-Openview, DFM, VFM Capable of doing “snapshots” of the data Capable of both synchronous and asynchronous mirroring As this is a brand name only justification, no one contractor’s 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 Department’s requirements as a key component of the Department’s networking system. The NetApp FAS3020HA and NetApp FAS270HA hardware has undergone tests, assessment, and evaluation and received final approval from the Department of State IT Configuration Control Board
Bid Protests Not Available

Similar Past Bids

Beltsville Maryland 27 Sep 2006 at 4 AM
Beltsville Maryland 09 Nov 2006 at 5 AM
Washington District of columbia 08 Sep 2006 at 4 AM
Washington District of columbia 03 Apr 2007 at 4 AM
Washington District of columbia 20 Jul 2007 at 4 AM

Similar Opportunities

Virginia 11 Jul 2025 at 9 PM
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Baxley Georgia 14 Aug 2025 at 3 PM