SOLICITATION NOTICE
70 -- Avitecture/Smart Board System
- Notice Date
- 5/1/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N. Ft. Myer Drive, Arlington, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 10698C5216
- Response Due
- 5/6/2008
- Point of Contact
- William L Zlater, Phone: 7038756285
- E-Mail Address
-
zlaterwl@state.gov
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 10698C5216. 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. 67315. 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 2008-05-06 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DUNN LORING, VA 22027 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, SMT SB801-SCORE - SMART BOARD 680i WITH UNIFI PROJECTOR, 14, EA; LI 002, SMT SB660I - SCORE - SMART BOARD 660 W/UNIFI PROJECTOR - 64", 8, EA; LI 003, SMT 01-00228 - SMART REPLACEMENT LAMP FOR UNIFI 35 PROJECTOR, 22, EA; LI 004, SMT CAT5-XT - SMART TECHNOLOGIES CAT 5 TO USB EXTENDER (UP TO 120'), 17, EA; LI 005, SMT USB-GW - SMART USB GOWIRE LAUNCH CABLE, 17, EA; LI 006, STA SV431D - STARTECH STAR VIEW KVM SWITCH, 17, EA; LI 007, EXA Q#1628 - EXACT CUSTOM MULTIMEDIA INSTRUCTOR'S STATION, 6, EA; LI 008, EXT 60-506-21 - EXTRON P/2 DA2Xi DISTRIBUTION AMP, 6, EA; LI 009, EXT 26-566-02 - EXTRON VGA M-M 6 MICRO HRA CABLE, 6, EA; LI 010, EXT 26-566-01 - EXTRON VGA MICRO HRA M-M CABLE, 6, EA; LI 011, EXT-26-238-03 - EXTRON VGA M 25 HI-RES CABLE, 6, EA; LI 012, SNG SDP-950STA - SAMSUNG XGA DIGITAL PRESENTER W/36 AUTO FOCUS, 6, EA; LI 013, ACP Q#AVW20927-1 - AVITECTURE CUSTOM VGA PLATE (VGA/XLR/RJ-45), 6, EA; LI 014, RDL TX-1A - RDL ADJUSTABLE LINE TRANSFORMER, 12, EA; LI 015, EXT 26-609-01 - EXTRON DVI A TO BNC(F) ADAPTER, 15, EA; LI 016, SNY SLVD380P - SONY DVD/VCR COMBO, 6, EA; LI 017, ACP Q#AVW20606-5 - AVITECTURE SMARTBOARD CONNECTION PLATE - CUSTOM, 9, EA; LI 018, EXT 60-506-03 - EXTRON P/2 DA2XI DISTRIBUTION AMPLIFIER, 6, EA; LI 019, EXT 26-566-03 - EXTRON 12 CABLE, VGA MICRO WITH AUDIO, 5, EA; LI 020, EXT 42-122-24A - EXTRON AVTRAC LOW PROFILE FLOOR-MOUNT RACEWAY SYSTEM, 1, EA; LI 021, AVITECTURE MATERIAL - FINAL (INPUT PLATES, INTERFACES AND GEAR NEEDED TO COMPLETE THE SYSTEM), 1, EA; LI 022, SMT SVC-TMTT - SMART TRAIN-THE-TRAINER PROGRAMMER - 10 PERSON MAX, 1, LT; LI 023, SMT SVC-TMHD - SMART HALF-DAY MATERI'S TRAINING SESSION, MAX 15, 2, LT; LI 024, SMT SNT-32 - SMART SENTEO STUDENT RESPONSE SYSTEM - 32 USERS, 2, EA; LI 025, AVITECTURE PM (PROJECT MANAGEMENT), 1, LT; LI 026, AVITECTURE DESIGN AND DOCUMENTATION, 1, LT; LI 027, AVITECTURE PROGRAMMING, 1, LT; LI 028, AVITECTURE LAB FINAL INSTALLATION LABOR, 1, LT; LI 029, AVITECTURE WARRANTY - 1ST YEAR SUPPORT, 1, LT; LI 030, AVITECTURE MATERIAL - FINAL MATERIAL INSTALL, 1, LT; LI 031, SHIPPING, 1, LT; 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments New equipment ONLY, NO remanufactured products, and NO "gray market" Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (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 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 Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. *** To have a bid considered for award on a Brand-Name-or-Equal or Meet-or-Exceed Buy, all vendors must provide Manufacturer, Part#, and extended specifications of the exact item(s) being offered. Failure to provide this information will result in a non-responsive bid and removal from award consideration. ***
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=351f95ee452544f9b0372fb90cf341b4&tab=core&_cview=1)
- Place of Performance
- Address: DUNN LORING, VA 22027
- Zip Code: 22027
- Zip Code: 22027
- Record
- SN01564888-W 20080503/080501220118-351f95ee452544f9b0372fb90cf341b4 (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 |