Bids are being solicited under solicitation number 1025950366. 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. 160113_02.
NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. 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 NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at
. 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 2009-09-18 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20522
The Department of State requires the following items, Exact Match Only, to the following:
LI 001, EMC Symmetrix V-MAX SAN (100TB).SB-DE15-DIR V-MAX 15SLT DR ENCL, 24, EA;
LI 002, EMC Symmetrix V-MAX SAN (100TB).SB-DE15DCH V-MAX 15SLT DR ENCL, 24, EA;
LI 003, EMC Symmetrix V-MAX SAN (100TB).SB-DB-SPS V-MAX SB SPS, 6, EA;
LI 004, EMC Symmetrix V-MAX SAN (100TB).SB-FE80000 V-MAX 8M FC-NO PREM, 4, EA;
LI 005, EMC Symmetrix V-MAX SAN (100TB).SB-FE00400 V-MAX 4M GIGE-NO PREM, 2, EA;
LI 006, EMC Symmetrix V-MAX SAN (100TB).SB-128-BASEC V-MAX BASE -128GB-C, 1, EA;
LI 007, EMC Symmetrix V-MAX SAN (100TB).SB-ADD128NDE V-MAX ADD ENGINE-128GB, 1, EA;
LI 008, EMC Symmetrix V-MAX SAN (100TB).SB-ADD128NDEC V-MAX ADD ENGINE-128GB-C, 1, EA;
LI 009, EMC Symmetrix V-MAX SAN (100TB).NF4154501B V-MAX 4G 15K450GB DRV, 474, EA;
LI 010, EMC Symmetrix V-MAX SAN (100TB).SB-GE-SRDF V-MAX GIGE SRDF PORTS, 8, EA;
LI 011, EMC Symmetrix V-MAX SAN (100TB).SB-PCBL3DHR 50A 3PH DELTA HBL-RSTOL, 5, EA;
LI 012, EMC Symmetrix V-MAX SAN (100TB).SB-ACON3P-50 ADPTR AC 3PH 50A W/3/4IN CONDUIT ADPTR, 10, EA;
LI 013, EMC Symmetrix V-MAX SAN (100TB).SMC-SW-KIT SYMMETRIX MANAGEMENT CONSOLE KIT, 1, EA;
LI 014, EMC Symmetrix V-MAX SAN (100TB).TF-CLN-RN-OPN RT FOR TFCLONE ON OPEN SY, 1, EA;
LI 015, EMC Symmetrix V-MAX SAN (100TB).SRDF-S-RN-OPN RT FOR SRDF-S ON OPEN SYS, 1, EA;
LI 016, EMC Symmetrix V-MAX SAN (100TB).SB-CONFIG11 V-MAX CONFIG 11, 1, EA;
LI 017, EMC Symmetrix V-MAX SAN (100TB).PP-SE-SYM PPATH SE SYM, 1, EA;
LI 018, EMC Symmetrix V-MAX SAN (100TB).ESRS GW 100 SECURE REMOTE SUPPRT GW, 1, EA;
LI 019, EMC Symmetrix V-MAX SAN (100TB).CC-INST-KIT6 EMC ControlCenter 6.1 Installation Kit, 1, EA;
LI 020, EMC Symmetrix V-MAX SAN (100TB).SYMPK-ENH-BAS EMC CC 6.1 SYM PKG ENHANCED WITH SANMGR BASE, 1, EA;
LI 021, EMC Symmetrix V-MAX SAN (100TB).CC-OPTIMZ-BAS V-MAX OPTIMIZER BASE LICENSE, 1, EA;
LI 022, EMC Symmetrix V-MAX SAN (100TB).TF-CLNP-BAS V-MAX TF-CLONE BASE LICENSE, 1, EA;
LI 023, EMC Symmetrix V-MAX SAN (100TB).SRDF-S-BASE SRDF-S BASE LICENSE, 1, EA;
LI 024, EMC Symmetrix V-MAX SAN (100TB).SRDF-S-C07 SRDF-S 1TB (151-250TB), 201, EA;
LI 025, EMC Symmetrix V-MAX SAN (100TB).SYMPK-ENH-C07 NEW SYMM PKG 1TB (151-250TB), 201, EA;
LI 026, EMC Symmetrix V-MAX SAN (100TB).CC-OPTIMZ-C07 V-MAX OPTIMIZER 1TB (151-250TB), 201, EA;
LI 027, EMC Symmetrix V-MAX SAN (100TB).TF-CLNP-C07 V-MAX TF-CLONE 1TB (151-250TB), 201, EA;
LI 028, EMC Symmetrix V-MAX SAN (100TB).TF-SIM-BASE TF-SIM BASE LICENSE, 1, EA;
LI 029, EMC Symmetrix V-MAX SAN (100TB).TF-SIM-C07 TF-SIM 1TB (151-250TB), 201, EA;
LI 030, EMC Symmetrix V-MAX SAN (100TB).SYMVP-RN-OPN SYMM VIRTUAL PROV RUNTIME, 1, EA;
LI 031, EMC Symmetrix V-MAX SAN (100TB).SB-3D V-MAX DELTA INFRAST, 1, EA;
LI 032, EMC Symmetrix V-MAX SAN (100TB).SB-DB-DIR-3D V-MAX SB DIR DELTA, 2, EA;
LI 033, EMC Symmetrix V-MAX SAN (100TB).SB-DB-DC-3D V-MAX SB DCH DELTA, 2, EA;
LI 034, EMC Symmetrix V-MAX SAN (100TB).M-PRESW-001 PREMIUM SOFTWARE SUPPORT, 1, EA;
LI 035, EMC Symmetrix V-MAX SAN (100TB).ENGTY-SB-BAS V-MAX ENGINUITY BASE LICENSE, 1, EA;
LI 036, EMC Symmetrix V-MAX SAN (100TB).ENGTY-SB-C07 V-MAX ENGINUITY 1TB (151-250TB), 201, EA;
LI 037, EMC Symmetrix V-MAX SAN (100TB).SB-DBDC-SPS V-MAX SB DCH SPS, 6, EA;
LI 038, EMC Symmetrix V-MAX SAN (100TB).M-PRESW-004 PREMIUM SW SUPPORT - OPEN SW, 1, EA;
LI 039, EMC Symmetrix V-MAX SAN (100TB).ETS-CONF EMC WORLD CONFERENCE, 3, 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.
New equipment ONLY, NO remanufactured products, and NO "gray market"
Bid MUST be good for 30 calendar days after submission
FOB Destination CONUS (CONtinental U.S.)
Delivery shall be within 30 days or order
Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov
IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT.
(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.
The Department requires services needed to procure, install, and support an EMX Symmetrix V-MAX Storage Area Network (SAN). This devise will provide primary storage for current and future growth of all HR Integrated Personnel Management System (IPMS) corporate initiatives. The SAN will also provide the required storage footprint for the upcoming transition of all HR infrastructure equipment from the Washington DC-area to ESOC East in Culpepper, Virginia. 41USC 253(g) and FAR 13.501, Only One Responsible Source (brand name Only). The EMC Symmetrix V-Max enables massive consolidation to deliver all the benefits of tiered storage within one system. It also utilizes the Symmetrix Direct matrix Architecture which surmounts an barriers to the throughput, bandwidth, scalability, and response time inherent in traditional storage. Continued investment in EMC Symmetrix minimizes training and systems management costs for the organizations through standardization. EMC Symmetrix V-MAX will integrate directly into HRs current storage management environment including the existing EMC SAM devices onsite, data replication capabilities for HRs disaster recovery site and the Enterprise Control Center management software.
Bid Protests Not Available