SOLICITATION NOTICE
70 -- Point of Sale System for 4 Workstations; Open Market Contracts Only; ITSS Registered Vendors Only; End User, US Army
- Notice Date
- 10/4/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- 4890 University Square, Huntsville, AL 35816
- ZIP Code
- 35816
- Solicitation Number
- 4THO21056073
- Response Due
- 10/7/2005
- Archive Date
- 10/27/2005
- Small Business Set-Aside
- N/A
- Description
- 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 4THO21056073 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 01-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500 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, October 7, 2005 at 14:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Benning, GA 31905 The GSA FTS Region 4 requires the following items, BRAND NAME OR EQUAL, to the following: LI 001, SERVER / BACK OFFICE HARDWARE WITH THE FOLLOWING OPTIONS: DC5100 Convertible Mini Tower W/ RAID 1 W2K Server. Three year next day best effort on site from HP, (P/N 82C1-1111320), (Items 2 - 10 are for the DC5100), 1, EA; LI 002, COMPAQ TFT 15" MONITOR, (P/N 87C1-263874), 1, EA; LI 003, US ROBOTICS 56KBPS V90 EXTERNAL D/F MODEM, Serial, (P/N 700299-038), 1, EA; LI 004, CABLE ASSY,MODEM,25M TO 9F,10', (P/N 700503-006), 1, EA; LI 005, USB Hard Drive, (P/N 700352-091), 1, EA; LI 006, HP LJ1300 LASERJET PRINTER, (P/N 700501-052), 1, EA; LI 007, PRINTER CABLE, (P/N 700503-002), 1, EA; LI 008, D-Link 8-Port 10/100 Switch, (P/N 700350-004), 1, EA; LI 009, 6' Ethernet 10baseT Patch Cable, (P/N 700834-006), 4, EA; LI 010, 12' Ethernet 10baseT Patch Cable, (P/N 700834-012), 5, EA; LI 011, WORKSTATION HARDWARE WITH THE FOLLOWING OPTIONS: ECLIPSE,PIII-700,256MB,W2K, HD,ACTIVE DISP,MCR, (P/N 422495-300) (Items 12 - 19 are for the Eclipse Workstation), 4, EA; LI 012, TM-T88 III Thermal Autocut Printer, IDN, Charcoal, (P/N 400489-325), 4, EA; LI 013, PCWS Components 8 pin to 6 pin RS422 Cable (One per IDN Printer), (P/N 300319-001), 4, EA; LI 014, Cash Drawers, Small Profile, (P/N 400018-026), 4, EA; LI 015, Eclipse Keyboard, (P/N 700499-114), 1, EA; LI 016, Eclipse Floppy Drive, (P/N 700352-085), 1, EA; LI 017, Remote Pole Display, 2x20 (Eclipse), (P/N 700827-003), 4, EA; LI 018, Toledo Mettler 8217 Scale with Integral Display, (P/N 700262-101), 4, EA; LI 019, Eclipse Serial port, RJ45 to DB9, COM 5, 6, (P/N 300319-103), 4, EA; LI 020, SOFTWARE WITH THE FOLLOWING OPTIONS: RES 3000 CD v3.2, (P/N 100124-118), 1, EA; LI 021, KEY MODULE, MAJ ACCT, SERL, RED, (P/N 100074-155), 1, EA; LI 022, 3700 System F1 (1 to 4 PCWS) (Non-Key), (P/N 003751-100), 1, EA; LI 023, PCWS Client Application (1 per PCWS required) (Non-Key), (P/N 003768-100), 4, EA; LI 024, Transaction Analyzer (Non-Key), 1, EA; LI 025, 3rd PARTY SOFTWARE WITH THE FOLLOWING OPTIONS: Host PC Anywhere Host, (P/N 600456-241), 1, EA; LI 026, Norton Antivirus Server, (P/N 600456-411), 1, EA; LI 027, Software, Diskeeper Server, (P/N 600456-283), 1, EA; LI 028, POWER CONDITIONING WITH THE FOLLOWING OPTIONS: ONEAC DPF300A-UB4 (One each PCWS), (P/N 700247-045), 4, EA; LI 029, ONEAC DPF650A-UB4 (One for three KDS same location), (P/N 700247-038), 1, EA; LI 030, PC STAGE WITH THE FOLLOWING OPTION: 3700 Standard Configuration 2 to 4, (P/N CFNG37-003), 1, EA; LI 031, IMPLEMENTATION WITH THE FOLLOWING OPTIONS: Project Lead, (P/N PDT-SR IMPL), 11, EA; LI 032, SUPPLIES WITH THE FOLLOWING OPTIONS: Rewritable CD Media Pack, (P/N 600561-004), 10, EA; LI 033, Magnetic Stripe Cards, Encoded Set of 25, (P/N 200156-002), 2, EA; LI 034, Thermal Paper Roll, 80mm x 80mm (Case of 50 Rolls), 3, EA; LI 035, Support: 3700 Help Desk 24X7X365 (800-937-2211) (F1 & F2), 1, EA; LI 036, Software Enhancement License F1, 1, EA; LI 037, Software Recovery On Site (Zone 4) (up to 175 miles) Estimate, 1, EA; LI 038, Travel & Lodging (invoiced travel will only be paid in accordance with the Federal Travel Regulation), 1, EA; For this solicitation, GSA FTS Region 4 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. GSA FTS Region 4 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 clientservices@fedbid.com. 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 Betty Day at betty.day@gsa.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid.com - Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. 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 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. 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. 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 betty.day@gsa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made within 30 days or less after receipt of order (ARO).
- Web Link
-
www.fedbid.com (a-22936, n-1600)
(http://www.fedbid.com)
- Place of Performance
- Address: Fort Benning, GA 31905
- Zip Code: 31905-5637
- Country: US
- Zip Code: 31905-5637
- Record
- SN00909161-W 20051006/051004212301 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |