Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
MODIFICATION

70 -- HP ACCESSORIES AND TONERS

Notice Date
9/20/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22102
 
Solicitation Number
1019732456
 
Response Due
9/20/2007
 
Archive Date
3/18/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822,
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019732456. 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. 51210_03. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. 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 may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2007-09-20 15:00:00.0 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, Exact Match Only, to the following: LI 001, HP CP3505DN 110V Printer:  Print speed of up to 22ppm in black, print quality 1200 x 600 dpi  Print speed of up to 22ppm in color, print quality 1200 x 600 dpi  Monthly duty cycle: 65000 pages  Input capacity: 350 sheets  Output capacity: 250 sheets  384MB RAM, expendable to 1024MB  (1) DDR-2 SDRAM 200-pin SODIMM Slot  Hi-Speed USB 2.0 port  JetDirect Fast Ethernet Embedded Print Server  Host USB accessory slot  (1) Open EIO Slot  450 MHz Processor  110v  US power cable  , 67, EA; LI 002, HP CP3505DN 220VAC Printer:  Print speed of up to 22ppm in black, print quality 1200 x 600 dpi  Print speed of up to 22ppm in color, print quality 1200 x 600 dpi  Monthly duty cycle: 65000 pages  Input capacity: 350 sheets  Output capacity: 250 sheets  384MB RAM, expendable to 1024MB  (1) DDR-2 SDRAM 200-pin SODIMM Slot  Hi-Speed USB 2.0 port  JetDirect Fast Ethernet Embedded Print Server  Host USB accessory slot  (1) Open EIO Slot  450 MHz Processor  220v  Europe Schuko power cable  , 222, EA; LI 003, HP LJ 3600 3800 Toner Black Q6470A, 578, EA; LI 004, HP LJ 3800 Toner Cyan Q7581A, 578, EA; LI 005, HP LJ 3800 Toner Yellow Q7582A, 578, EA; LI 006, HP LJ 3800 Toner Magenta Q7583A, 578, EA; LI 007, shipping, 1, lot; LI 008, • Weight is a consideration for all items due to government shipping related costs. • Shipping hours are 7:00 AM – 3:00 PM, Monday thru Wednesday • Driver must call Dan Gardner (703-929-9674) for Dock Appointment prior to delivery of shipment. • Shipments without Dock appointments will be refused at the door. • The Purchase Order number (1019-number) must be clearly written on each box. • A packing slip must be included with every shipment. • Shipping Address: o U.S. Department of State o c/o ManTech o 8020 Grainger Ct., Springfield, VA 22153 , 1, EA; LI 009, • Pallet height not to exceed 60-inches. • Wrapped pallet dimensions: 40x48x60 • 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. • All pallets must be marked with the purchase order number (1019-number) , 1, EA; LI 010, • Manufacturer warranty for parts and labor on all components. • Vendor pickup & d parts and labor on all components. • Vendor pickup & 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. , 1, EA; LI 011, At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. 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 E-Score Master may be obtained by calling Dawn Cavallo at (703-970-2117). Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred., 1, EA; LI 012, • Upon award please contact Devon Martin (571-438-4173) or Dawn Cavallo (703-970-2117) to arrange for delivery within ten (10) days of award two (2) of each awarded configuration to the PMA Lab for QA, Compliance, and Image Test. , 1, EA; LI 013, ADP COMPONENTS - HP 3YR 9x5xNBD Onsite Support U8037E, 289, 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 clientservices@fedbid.com. 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 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. 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 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 Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. NEW ONLY. NO REFURBISHED. NO RECONDITIONED ITEMS ARE ACCEPTABLE. 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. (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. (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. **ONLY FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, TO HAVE A BID CONSIDERED FOR AWARD, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION PLEASE SEE THE ATTACHED DOCUMENT NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-51210_02, n-8729)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019732456/listing.html)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01412563-F 20070922/070921080519 (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.