Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

70 -- DESKTOP AND LCD MONITORS (GSA SCHEDULE ONLY)

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-631612
 
Response Due
9/8/2006
 
Archive Date
3/7/2007
 
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 1019-631612 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 334111 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 8, 2006 at 14:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, MEET OR EXCEED, to the following: LI 001, Desktop to include the following: *Form factor -Small or ultra-slim form factor -Smallest form factor preferred -Lightest weight preferred *Processor -Intel Pentium 4 3.4GHz Single-Core 650 or 651 processor -2MB L2 Cache -800-MHz FSB -945G chipset OR -AMD Athlon 64 2.2 GHz Single-Core GHz processor -512KB L2 Cache -2000 MHz System Bus *System Memory -1GB DDR2 SDRAM PC3200 400MHz -Must have at least one free DIMM slot available *Storage -Internal 60GB 7200 RPM HDD -Internal 48x/32x CD-RW & DVD-ROM optical drive *Network Card -Embedded 10/100/1000BaseT Ethernet NIC -Must support Symantec Ghost (Solution Suite) NDIS drive based imaging technology -Must provide Symantec Ghost Bootable CD-ROM -Must support PXE v2.0 -Must support IPv6 *Graphics -Windows Vista compatible Graphic Processor Unit -128 MB *I/O Ports -(4) USB 2.0 (2-front and 2-rear) ports -Parallel and (1) Serial ports -Standard 104-key PS/2 Keyboard -2-Button Scroll Optical PS/2 Mouse -PS/2 Ports, for (1) Keyboard and (1) Mouse, external adapters are not allowed *Power Supply -200 watts 110/220V 50/60Hz AUTO SENSING and AUTO-SWITCHING AC power supply **MUST HAVE BOTH TO BE QUALIFIED TO BID. -Power cable *Warranty -3-year world-wide warranty *Includes all parts and labor *MISC -No wireless or infrared components -Must be compatible with Raritan CS2-PENT KVM switch -Microsoft Windows XP Professional operating system license -Must support Windows XP Professional operating system , 1557, EA; LI 002, 19-inch Monitor to include the following: *Size 19-inch *Type Flat panel display -TFT active matrix LCD *Pixel Pitch (H/V) -0.294 mm *Resolution -1280x1024 *Contrast Ratio -600:1 *Response Time -8 ms (Black-to-White) *Display Color -16 million *Interface -Video -Analog Must be compatible with Raritan CS2-PENT KVM switch -Audio Built-in speaker and earphone jack -Wall mount VESA physical mounting interface *Power -110/220V 50/60 Hz AUTO SENSING and AUTO-SWITCHING AC power supply **MUST HAVE BOTH TO BE QUALIFIED TO BID. *Warranty -3-years world-wide warranty -Includes all parts and labor , 1557, EA; LI 003, eScore Vendor worksheet (attached) for GITM-U desktop and GITM-U 19-inch monitor required prior to delivery of equipment. (SEE ATTACHED), 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. 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 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 Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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 ClientServices@FedBid.com 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 FOB DESTINATION CONUS REQUESTS FOR CLARIFICATION MUST BE RECEIVED AT CLIENTSERVICES@FEDBID.COM BEFORE 1800 09/06/06 TO BE CONSIDERED. *Pricing valid for 90 days *Configuration must be deliverable through 2006 calendar year *Vendor must deliver 1% shippable within 72 hours, upon request, at no additional cost to the government. *Upon award, please contact Contracting Officer to arrange for delivery within ten (10) days of award quantity two (2) of the awarded configuration to the PMA Lab for QA and Image Test. *Shipping hours are 7:00 AM ? 3:00 PM, Monday thru Wednesday *Driver must call Dan Gardner (703-929-9674) or Devon Martin (571-438-4173) for dock appointment prior to delivery of shipment. *Shipments without dock appointments will be refused at the door. *The Purchase Order number must be clearly written on each box. *A packing slip must be included with every shipment. *Shipping Address: U.S. Department of State c/o ManTech 8020 Grainger Ct., Springfield, VA 22153 All boxes and containers must be clearly marked with the requisition reference number found in Block 4, of 347 Order for Suppliers and Services. Shipping documents will clearly list each item and the quantity shipped as contained within boxes or containers. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. *PMA Lab Configuration Control Number *P/N with barcode on container *S/N with barcode on container *When equipment is modified, a new P/N must be assigned and bar-coded on the container. *When equipment is modified, the original S/N and barcode should not be covered on the container. If a new S/N is assigned, it must be bar-coded on the container. *Pallets must be wood, with standard 3-stringer construction, with 4-way entry. *Pallet size should be 40" X 48" with 48" being the stringer length. At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master, E-Score Mater. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. *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 *PMA Lab configuration control numbers for approved configurations will be assigned. *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 in the Vendor Performance file *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. *GITM will NOT allow use of third party components in configurations. *Random QA will be performed. *IF it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the Government. *The infraction will also be recorded in the Vendor?s Performance file. *Manufacturer warranty for parts and labor on all components. *Vendor pickup and delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. *Repaired units must be received within 30 days. *120-Day Lead-time for retuning a defective item from post. *IF award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. *Vendor will provide a written escalation process upon award to include the following information: *Sales Contacts: both Field and inside *Sales Management Contacts *Customer Support Reps and their Management to include: *Customer Service Representative *Warranty Liaison Representative *Integration Representative *Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. For example, First call and email to Sales Team, 24-hour response time allotted; Sales Management, 24-hour response time, etc. Same escalation for Customer Support Groups
 
Web Link
www.fedbid.com (b-31829_01, n-3366)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01133727-W 20060907/060905220201 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.