Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

70 -- Dell Computers (Client DOD-MDA) 9T8SMMIC504

Notice Date
12/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
9988 Hibert Street , San Diego , CA 92131
 
ZIP Code
92131
 
Solicitation Number
9T8SMMIC504
 
Response Due
12/21/2007
 
Archive Date
6/18/2008
 
Point of Contact
Name: Kristen Hill, Title: Buyer, Phone: 8585372221, Fax: 6197938708cell
 
E-Mail Address
kristen.hill@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 9T8SMMIC504. 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. 60176. GSA Schedule 70, SIN 132 8: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract 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 contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. 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 2007-12-21 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Alexandria, VA 22312 The GSA FTS Region 9 requires the following items, Exact Match Only, to the following: LI 001, Dell Optiplex 745 Minitower, PentiumD 945/3.4GHz,2X2M, 800FSB (222-5849) includes: NTFS File System, Factory Install(420-3699); 1.0GB,Non-ECC, 667MHz DDR2 2x512, OptiPlex 745 and 320(311-5040); Smart Card Reader, USB KeyboardBlack, Dell Optiplex(310-8019); Dell UltraSharp 1908FP Flat Panel with Height Adjustable Stand, 19.0inch VIS, OptiPlex Precision and Latitude(320-5292); Digital Video Adapter Card Full Height, Dell Optiplex 745 and 755 Desktop and Minitower(320-5111); CFI, Standard Option Not Selected(365-0354); 3.5in, 1.44MB, floppy drive(341-3840); Windows XP Professional Service Pack 2, with Media, DellOptiplex, English, Factory Install(420-6287); Dell USB 2-button Optical Mouse with Scroll, black(310-8009); RoHS Compliant Lead Free Chassis and Motherboard(464-1131); 48x32 CDRW/DVD, Roxio Creator Cyberlink Power DVD(313-4376); Dell A225 two piece stereo speaker(black)(313-4298); Resource CD contains Diagnostics and Drivers for Dell Optiplex Systems(313-7168); Energy Smart Settings(310-8344); Type 3 Contract - Next Business Day Parts and Labor On-Site Response, Initial year(980-4890); Type 3 Contract - Next Business Day Parts and Labor On-Site, 2YR Extended(970-8832); Dell Hardware Warranty Plus Onsite Service, Initial Year(985-2487); Dell Hardware Warranty Plus Onsite Service, Extended Year(985-2488); GTS, Personal Systems, Technical Support Letter(465-5281); Gold Tech Support, OPTI, INIT(REL)(987-1247); Gold Tech Support, OPTI, 2YR EXT(REL)(987-1258); Standard Onsite Installation Decline(900-9987); Dell Federal KYHD Service(980-3067); CFI Order Ready Asset Tag 5(365-1390); FRI Titan Code for CFI FIDA or Bypass SI(364-1846); CFI, Information, Software, CFI, Hardware Install, Factory Install(364-2456); CFI Routing SKU(365-0257); DellPlus, Roll-Up, Integration, OR-Install, Optiplex(366-1302); CFI, Information, 745, MT, Only, Factory Install(372-3412); CFI, Information, Validator, Order Ready,499358, Factory Install(372-4009); CFI, Hard Drive, Carrier, 80GB, Sata, Rem(371-5269) , 10, EA; For this solicitation, GSA FTS Region 9 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. GSA FTS Region 9 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. On or before 30 days ARO. Vendors / sales agents submitting bids MUST BE registered in ITSS (it-solutions.gsa.gov). If vendor registration assistance is needed contact 877.243.2889 Option 2. Contact: ClientServices@FedBid.com or call 877-933-3243 to address any questions or comments Company must be registered on DOD's Central Contractor Registry (CCR). Web site is http://www.ccr.gov. Quote must include proof of CCR registration. Bid MUST be good for 30 calendar days after submission Bid per specifications requested. Bid is to include all fees, including shipping or freight costs. Provide on bid the estimated ETA, number of days, delivery can be expected after receipt of purchase order. No partial shipments unless specifically authorized at time of award All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Failure to comply with the above instructions or terms may result in bid being determined as non-responsive. New equipment only. No refurbished, gray market, or reconditioned items are acceptable. Lowest Quote that is technically acceptable, to include delivery terms. Please email Contract price verification information to clientservices@fedbid.com prior to closing date and time. Additional attachments or bid information MUST be emailed to ClientServices@FedBid.com prior to bid closing. Additional attachments or bid information MUST be emailed to ClientServices@FedBid.com prior to Bid closing. The particular brand name, product, or feature is essential to the Government?s requirements, and market research indicated other companies? similar products lacking the particular feature, do not meet, or cannot be modified to meet, the Agency?s needs. This requirement is being issued to enhance existing hardware. It is needed in support of MDA?s mission: Develop and field an integrated BMDS capable of providing a layered defense for the homeland, deployed forces, friends, and allies against ballistic missiles of all ranges in all phases of flight. The Missile Defense Agency?s mission is to develop, test, and prepare for deployment a missile defense system. Using complementary interceptors, land, sea, and air space based sensors, and battle management command and control systems, the planned missile defense system will be able to engage all classes and ranges of ballistic missile threats. Our programmatic strategy is to develop, rigorously test, and continuously evaluate production, deployment and operational alternatives for the ballistic missile defense system. Missile defense systems being developed and tested by MDA are primarily based on hit-to-kill technology. IT has been described as hitting a bullet with a bullet ? a capability that has been successfully demonstrated in test after test. No other software exists that affords the capability. Hitachi hardware has been adopted by MDA?s program and this interface is the only one that will work with this existing hardware architecture. Any other type of support will add extra costs of an additional hardware interface. There is only one responsible hardware product and no other support will satisfy the agency?s requirements because of equipment requirements. Failure to provide this single type of hardware support will have a significant adverse effect on the program?s mission.
 
Web Link
www.fedbid.com (b-60176, n-10010)
(http://www.fedbid.com)
 
Place of Performance
Address: Alexandria, VA 22312
Zip Code: 22312-2418
Country: US
 
Record
SN01469778-W 20071215/071213225411 (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.