Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2008 FBO #2377
SOLICITATION NOTICE

70 -- Scanner Monitors and Cables

Notice Date
5/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N. Ft Myer Dr, Rossyln, VA 20770
 
ZIP Code
20770
 
Solicitation Number
1045847053
 
Response Due
6/3/2008
 
Archive Date
11/30/2008
 
Point of Contact
Name: Robert Tansmore, Title: Contract Specialist, Phone: 7038755805, Fax: 7038755272
 
E-Mail Address
tansmorerl@state.gov;
 
Small Business Set-Aside
Total Small Business
 
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 1045847053 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside 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 2008-06-03 10:00:00.0 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, Purchase Description Determined by Line Item, to the following: LI 001, EXACT MATCH ONLY. NO SUBSTITUTIONS, EQUALS, or ALTERNATES: Gryphon D230 - P/N: 901661087, 300, EA; LI 002, BRAND NAME OR EQUAL. SELLERS MUST SPECIFY EXACT ITEM THEY ARE OFFERING IN ORDER TO BE CONSIDERED FOR AWARD: CAB-412 USB Type A - P/N: 90A051902, 300, EA; LI 003, BRAND NAME OR EQUAL. SELLERS MUST SPECIFY EXACT ITEM THEY ARE OFFERING IN ORDER TO BE CONSIDERED FOR AWARD: Dell Ultrasharp 1908fp (Or other manufacturers exact equivalent) - P/N: 320-5292, 300, 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, competed, 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, notify the point of contact 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 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. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Consular Affairs Consular Systems and Technology (CA/CST). This Justification and Approval (J&A) on a brand name only basis is for the use of the Datalogic Gryphon D230 USB Barcode Scanners. The use of a brand name description is essential to the Governments requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. CA/CST requires the Datalogic Gryphon D230 USB Barcode Scanners to support Consular posts overseas. The choice to use the D230 as opposed to other barcode readers available is that this unit is a drop-in replacement to the barcode scanners previously used (Gryphon D200 and D220 barcode scanners that have recently reached end-of-life). The continued use of Datalogic scanners obviates the need to procure, maintain and account for spare parts inventories for multiple scanners. In addition, the barcode scanners require customized software. Because the D230 model is similar to the models previously used, no changes will be required for the customized software due to driver incompatibilities. The Datalogic Gryphon D230 USB Barcode Scanner meets the following requirements:The scanner works with both NIV (Non-Immigrant Visa) and IVO (Immigrant Visa Overseas) applications. The scanner reads both one-dimensional (linear) and two-dimensional (stacked) barcodes.The scanner must use and draw its power from the USB 2.0 interface. This will remove the need to purchase 110-volt and 220-volt power supplies.The scanner provides full compatibility with every application that exploits the USB interface: USB KBD (keyboard) Wedge, USB COM (communication) emulation and USB IBM POS (point of sale).As this is a brand name only justification, no one contractors 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 Departments requirements as a key component of the Departments networking system. CA/CST has selected the Datalogic Gryphon D230 USB Barcode Scanners because results obtain by the Bureaus System Engineering Task Team in tests and reviews of other manufacturers scanners indicated that this scanner most closely met the DoSs processing, redundancy, and management requirements. The Datalogic Gryphon D230 USB Barcode Scanners has been evaluated and approved by the Bureau of Consular Affairs Configuration Control Board and has been added to the Consular HW Baseline. The server has undergone test and assessment and received final approval from the Department of State IT Configuration Control Board. The requirement will be competed as the IT community responds to price requests on FedBid.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a252a9bbe2db59c8000e442b7b97bf3e&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN01581994-W 20080530/080528220411-a252a9bbe2db59c8000e442b7b97bf3e (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.