Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

70 -- PCs

Notice Date
7/16/2009
 
Notice Type
Presolicitation
 
Contracting Office
U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N. Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1721971016_1
 
Response Due
7/22/2009
 
Archive Date
1/18/2010
 
Point of Contact
Name: Gilbert Maalouf, Title: Contract Specialist, Phone: (703) 875-5146, Fax: (703) 875-7370
 
E-Mail Address
maaloufgd@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1721971016_1. 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. 121086_02. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. 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 2009-07-22 17:00:00.0 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]*** HARDWARE - GITM-C Client Workstation DC7800 GC760AV-SEB. Workstations must be configured to include line items 1 through 8. EPEAT Certification - Silver or betterOperating System Microsoft Windows Vista Business (32-bit) Chassis Small Form factor chassis preferred Lighter weight is preferred Towers, mini-towers or convertible mini-towers not allowed Processor - Intel or AMD 2 GHz, Dual Core Processor or better Memory2GB double data rate version 2 (DDR2) Non-error correcting code synchronous dynamic random access memory (SDRAM) 667 MHz - or better, Single or dual DIMMs Must have sufficient slots open for expansion Expansion SlotsThree (3) PCI, and/or PCIe slots (2 PCIe slots and 1 PCI) Internal Controllers - Dual drive controllers, appropriate for internal optical and hard drives Drive80GB Serial Advanced Technology Attachment (SATA II) 7200 rpm 3.0Gb/s 3.5-inch hard drive with 8MB Data Burst Cache or better SATA or EIDE DVD+/-RW optical drive, 60, EA; LI 002, ***[EXACT MATCH]***VideoPCIe or built-in SVGA video controller with dedicated 128 MB VRAM or better Supports 64K colors at 800x600, 1024x768, & 1280x1024 resolution Sharing system memory for video controller is not acceptable -Must meet Microsoft Windows Vista Business\Enterprise\Ultimate minimum requirements as stated by the Microsoft KB article ID 919183, dated November 13, 2007, Revision 3.3., 60, EA; LI 003, ***[EXACT MATCH]***Network Embedded 10/100/1000BaseT Ethernet NIC; must support IPv6, must support PXE 2.0, 60, EA; LI 004, ***[EXACT MATCH]***AudioExternal powered speakers for sound Includes drivers for MS Windows Vista and MS Windows XP Pro Must operate under MS Windows Vista and MS Windows XP Pro Must be compatible with both MS Windows Vista and MS Windows XP Pro NO internal speakers permitted, including piezo, 60, EA; LI 005, ***[EXACT MATCH]***PortsOne (1) RS-232 DB9 serial port or more; Six (6) available USB 2.0 ports, at least 2 front & 2 in the rear One (1) bi-directional parallel port; One (1) external speaker port, 60, EA; LI 006, ***[EXACT MATCH]***PeripheralsStandard -US 104-key keyboard to include 12 function keys, four arrow keys, and numeric keypad Keyboard must be PS2 compatible Two-button optical scroll mouse Mouse must be PS2 compatible, 60, EA; LI 007, ***[EXACT MATCH]***Power SupplyAuto Switching Auto-sensing 110V/60 Hz to 220V/50 Hz power supply; Energy Star compliant FCC Class B certified UL/CE certified Power Cord - Include power cord - NEMA 5-15 OS SupportMust provide OS Licensing Key attached to the unit or provided on separate documentation. Must provide drivers CD to support all installed components; providing compatibility with Windows Vista (32-bit) and Windows XP Professional Must operate under MS Windows Vista, MS Windows XP Pro, and Windows Server 2003 Must be compatible with all OS listed above, 60, EA; LI 008, ***[EXACT MATCH]***Warranty3 year world-wide coverage including parts and labor Extended warranty support shall be available as a separately orderable option Hard drive retention should be quoted as a separately priced option. Compliance - TAA compliant.MiscellaneousNo wireless or infrared components Must be compatible with Raritan CS2 PENT KVM Switch, 60, 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (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. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. 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 Buy American Act (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. 52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American ActSupplies. TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM. 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. PMA Lab configuration control numbers for approved configurations will be assigned. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department of State and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. GITM does NOT allow use of third party components in configurations. Random QA will be performed. If it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the Department of State. The infraction will be recorded in the Vendor s Performance file. INR/EX/IS has identified the HP Client Workstation DC7800 as a key component of IN's networked system. Equipment listed in teh PR is required to provide desktop computing capabilities for the users, security controls and critical protocols supported by HP Client Workstation DC7800. The 41 USC 253(c)(1), and FAR 6.302-1 are cited as the statutory authority. As this is a brand name only justification, no one contractor's unique qualifications are cited s teh basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet INR's requirements as a key component of the networking system for computing from the user's desktop. This will be posted on FedBi to reach as manypoential bidders as possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1721971016_1/listing.html)
 
Place of Performance
Address: Washington, DC 20520<br />
Zip Code: 20520<br />
 
Record
SN01877924-W 20090718/090717000631-559aefddeb0f27482d69310d8203c0f6 (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.