Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

70 -- Dell Latitude D820

Notice Date
7/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-747070
 
Response Due
7/13/2007
 
Archive Date
1/9/2008
 
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, 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 1045-747070 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 05-17. 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 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 2007-07-13 11:00:00.0 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, Exact Match Only, to the following: LI 001, Dell Latitude D820 PN: 222-6942 Base Unit: Latitude D820, Intel Core Duo T2400, 1.83GHz, 667Mhz, 2M L2 Cache, Dual Core (222-1262) Processor: 15.4 inch Wide Screen WXGA LCDfor Latitude D820 (320-4609) Memory: 1.0GB, DDR2-533 SDRAM, 2 DIMM for Dell Latitude Notebooks (311-5677) Keyboard: Internal English Keyboard for Latitude Notebooks (310-7270) Video Card: Intel Integrated Graphics Media Accelerator 950 Latitude D820 (320-4614) Hard Drive: 80GB Hard Drive 9.5MM, 5400RPMfor Dell Latitude DX20 (341-2979) Hard Drive Controller: Standard Touchpad for LatitudeD820 (310-7418) Floppy Disk Drive: Floppy Drive,Internal/Externalfor Dell Latitude D-Family, Notebooks, Factory Tied (340-6895) Operating System: Windows XP Professional, SP2 with media, for Latitude English, Factory Installed (420-4790) TBU: 90W AC Adapter for Latitude D-Family (310-7284) CD-ROM or DVD-ROM Drive: 24X CDRW/DVD with Cyberlink Power DVD, for Latitude D-Family (313-3881) Processor Cable: No Wireless LAN Card, DC, for Latitude (430-1532) Software Disk Two: Resource CD w/ Diagnostics andDrivers for Latitude D820 Note (313-3935) Feature: 6-Cell/56 WHr Primary Battery Latitude D820 (312-0389) Feature: Large Nylon Carrying Case for Dell Latitude D-Family Notebooks (310-7688) Service: CompleteCare Accidental DamageSvc, Lat, 3Yr , 1-800-624-9896 (980-1499) Service: Type 3 Contract - Next Business Day Parts and Labor On-Site Response, Initial Year (960-4950) Service: Type 3 Contract - Next Business Day Parts and Labor On-Site Response, 2YR Extended (960-0382) Service: Thank You for buying Dell (983-2207) Service: Please visit WWW.Dell.COM (983-2217) Dirline: Gold Technical Support ServiceTraining, Latitude, 3 Years (902-4862) Service One: Dell Federal KYHD Service (980-3067) Misc: NTFS File System,Factory Install (420-3699) Misc: 6-Cell/56-WHr Additional Primary Battery for Latitude D820 (312-0391), 40, 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, completed, 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 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 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, contact Harry Lundy at lundyhe@state.gov or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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 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 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 OCONUS *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. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the CA/CST. This Justification and Approval (J&A) on a brand name only basis is for the use of the Dell Latitude D820 Laptop. 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. As part of the ?NIV on a laptop? initiative, CA/CST has identified the Dell Latitude D820 laptop as the laptop that meets the following project requirements above and beyond other tested laptop options. The Dell Latitude D820 laptop was selected for the following reasons: ?Ability to be configured as a training server, loaded with an Oracle database, and with all CA overseas applications. ?Ability to run WinMagic SecureDoc software. ?Exceeds the Consular Affairs minimum hardware requirements for laptop workstations. Because CA will be running both the NIV software and the Oracle database on the same computer, processor speed and storage capacity are ciritical factors in the performance of the system. Dual-core processors allow the Latitude D820 laptop workstation to split tasks between two separate processor cores, splitting the load and get more done in less time. The processors do more work each second, allowing the user to run multiple applications with noticeably quicker results. The NIV technical team has conducted test with the Dell Latitude D820 and has demonstrated that the NIV system will run successfully. An added feature is a wide variety of available security software solutions and uses a tri-factor authentication process. The Smart Card reader requires both a card and a password for the operating system to start up, and the user can add the optional fingerprint reader for the third level of user security. With the additional security of a standard slot for locks, optional notebook tracking software, and compatibility with leading security software, the Latitude D820 laptop workstation is safe from hackers, thieves, and malicious viruses and worms. 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. CA/CST has selected the Dell Latitude D820 laptop because results obtain by the Bureau?s System Engineering Task Team in tests and reviews of other manufacturers? scanners indicated that this scanner most closely met the DoS?s processing, redundancy, and management requirements. The Dell Latitude D820 laptop has been evaluated and approved by the Bureau of Consular Affairs? Configuration Control Board and has been added to the Consular HW Baseline. The workstation has undergone test and assessment and received final approval from the Department of State IT Configuration Control Board.
 
Web Link
www.fedbid.com (b-42827, n-6381)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01338047-W 20070712/070710220534 (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.