Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2010 FBO #3228
SOLICITATION NOTICE

D -- Dell OptiPlex 780 Desktop and Dell Latitude E5410 Laptop - Configuration

Notice Date
9/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
African Development Foundation, Contracts Office, African Development Foundation, Washington, DC, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
ADF-10-Q-402
 
Archive Date
10/13/2010
 
Point of Contact
Contract Officer, Phone: 202-233-8800
 
E-Mail Address
adfcontractbids@adf.gov
(adfcontractbids@adf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States African Development Foundation (ADF) is an independent Federal agency established to support African-designed and African-driven solutions that address grassroots economic and social problems. ADF provides grants directly to under-served and marginalized community groups and enterprises. The grants help organizations create tangible benefits such as increasing or sustaining the number of jobs in a community, improving income levels, and addressing social development needs. ADF is a public corporation with a seven member Board of Directors who are nominated by the President and confirmed by the United States Senate. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/proposal is for acquisition of commercial items to be used outside the United States and is for a Brand Name or Equal product. Solicitation number ADF-10-Q-0402 is issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, April 20, 2009. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 441110, the size standard is $29.0M with number of employees not to exceed 500. 1. CLIN REQUIREMENTS: The Contractor shall provide five (5) Dell Latitude E5410 Laptop - Configuration and twenty (20) Dell OptiPlex 780 Desktop - Configuration. Five (5) for items one (1) through eighteen (18). Dell Latitude E5410 Laptop - Configuration 1. Processor: Latitude E5410, Intel Core i5 520M, 2.40GHz, 1066MHz 3M Cache 2. Memory: 4.0GB, DDR3-1333 SDRAM, 2 DIMM for Latitude 3. Keyboard: Internal English Keyboard Single Pointing, Dell Latitude E5410/E5510 4. Smart Card with modem, Dell Latitude E5410 5. Hard Drive: 250GB Hard Drive 9.5MM,7200RPM, Dell Latitude E 6. Dell Touchpad with Anti-microbial protection, Dell Latitude E5410 7. 14.1 inch Wide Screen WXGA Anti-glare LED Panel, Dell Latitude E5410 8. Operating System: Windows 7 Professional downgrade to XP Professional SP3, no media, Latitude, English 9. NIC: Dell Wireless 375 Bluetooth Module, Dell Latitude E 10. TBU: US - 90W 3-FT, 3-Pin Flat,AC Adapter E-FamilyPower Cord for Latitude E-Family (330-0879) 11. CD-ROM or DVD-ROM Drive: 8X DVD Optical Drive, Dell Latitude E5410, Cyberlink Power DVD 8.3 12. Sound Card: Digital Microphone, Dell Latitude E5410 13. Processor Cable: Dell WLAN 1501 (802.11b/g/n) 1/2 MiniCard, Dell Latitude E 14. Feature: 6-Cell/54-WHr Battery for Latitude E5X00 15. Basic Hardware Service: Next Business Day Parts and Limited Labor Onsite Response 2 Year Extended 16. Basic Hardware Service: Next Business Day Parts and Limited Labor Onsite Response Initial Year 17. Service: Dell Limited Hardware Warranty Plus Onsite Service Extended Year(s) 18. Service: Dell Limited Hardware Warranty Plus Onsite Service Initial Year *Twenty (20) for items one (1) through fifteen (15). Dell OptiPlex 780 Desktop - Configuration 1. OS Windows 7 Pro to XP Pro SP3 2. Intel Core2 Quad Q9400 with VT (2.66GHz, 6M, 1333 Mhz FSB) 3. 4GB DDR3 Non-ECC SDRAM, 1333 MHz, (2 DIMM) 4. 256 NVIDIA GeForce 9300 (2 DVI/1 TV-out), Low Profile 5. Dell Smartcard Keyboard with Detachable Palmrest 6. Mouse Pad 7. Up tp 88% Eff. PSU 8. 250GB 7,200 RPM 3.5" SATA, 3.0Gb/s Hard Drive with NCQ and 8MB Cache 9. 16X DVD+/-RW SATA, Roxio Creator CyberlinkPowerDVD 10. Dell Back-up and Recovery Manager for Windows XP 11. Tech Sheet / Documentation 12. 1 Watt ready low-power mode 13. Internal Dell Business Audio Speaker 14. Federal Keep your HD Service, 5 Year 15. 3 Year Basic Limited Warranty and 3 Year NBD Onsite Service 2.1 At a minimum each proposed item shall have: 2. BRAND NAME OR EQUAL: 2.1 To be considered for award, the Quoter offers of "equal" products, including "equal" products of the brand name manufacturer, must- 2.2 Meet the salient physical, functional, or performance characteristic specified in this solicitation; a. Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; 2.3 Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and 2.4 Clearly describe any modifications the Quoter plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. 2.5 The Contracting Officer will evaluate "equal" products on the basis of information furnished by the Quoter or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 2.6 Unless the Quoter clearly indicates in its offer that the product being offered is an "equal" product, the Quoter shall provide the brand name product referenced in the solicitation. 3. PLACE OF DELIVERY: 5.1 The delivery must be completed no later than 45 days from date of award although earlier delivery will favorably affect the Quoter's evaluation. Quoter price must include all shipping cost, insurance registration 4. INVOICING AND PAYMENT: 6.1 The Prompt Payment Act applies to this purchase. Payment shall be made within 30 calendar days after delivery and acceptance of the vehicle at the required destination. The original invoice shall be mailed to: US African Development Foundation 1400 Eye Street NW, 10th Floor, Suite 1000 Washington DC 20005-2248 Attn: Setha Lim Honma, Accountant 5. SOLICITATION RESPONSE FORMAT: 5.1 The Quoter assumes full responsibility for ensuring offers are received at the place as delineated herein and by the date and time identified. Quotations must be submitted and received no later than Monday, September 27, 2010, at 16:30 hours (4:30 PM) Eastern Standard Time to adfcontractbids@usadf.gov. Quotation shall be clearly marked with the solicitation number ADF-10-Q-0402 in the subject line of the responding email. 5.1.1 The quotation shall be in English. 5.1.2 It shall be clearly marked with the solicitation number ADF-10-Q-0402. 5.1.3 Quotations must be in US dollars. 5.1.4 Only quotes meeting or exceeding the specification and optional items listed herein shall be considered by the Government. If the vehicle quoted by a Quoter does not include all of the options, requested notice of the deviations must be prominently specified in the quote. 5.1.5 Quoters shall complete the Quoter Representations and Certifications Commercial items form found at FAR 52.213-3 and return it with its quote. To download 52.212-3 Quoter Representations and Certification Commercial Items, go to http/www.arnet.gov/far. 5.1.6 Quotes that fail to submit the requested representations and certifications, vehicle specification information, or reject the terms and conditions of this solicitation may be excluded from consideration. 5.1.7 Descriptive literature materials with unacceptable or unreadable formats may be found non responsive. 5.1.8 The Quoter assumes full responsibility for ensuring electronic quotations are formatted in accordance with ADF Security Requirements. The following file extensions are not allowable and application material/data submitted with these extensions cannot be considered: bat; cmd; exe; pif; rar; scr; vbs; hta; cpl; and zip files. Microsoft Office compatible documents are acceptable. If the Quoter determines other formats are necessary, it is the Quoter's responsibility to verify with ADF that the format is acceptable. 6. EVALUATION AND AWARD: 6.1 An award of a contract will be made to the Quoter whose quotation offers teh best value to the government from a price and technical standpoint. The significant evaluation factors, in the relative order of importance are: 1. Price, 2. Technical Capability, 3. Warranty and Service. The Government intends to make an award without discussions, but reserves the right to engage in discussions. 6.2 Quoters must submit the names and contact information of at least two (2) relevant past performance references. Each Contractor shall submit pricing as a separate document. 7. CONTRACT TERMS AND CONDITIONS: 7.1 Solicitation Provisions and Clauses Incorporated by Reference - FAR. Clause 52.252-1 (Feb 1998) 7.1.1 This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Quoter is cautioned that the listed provisions may include blocks that must be completed by the Quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: http://farsite.hill.af.mil, http://www.acqnet.gov, or http://www.arnet.gov/far 7.2 Clauses Incorporated by Reference - FAR Clause 52.252-2 (Feb 1998) 7.2.1 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil, http://www.acqnet.gov, or http://www.arnet.gov/far   7.3 The Provisions at Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal (Aug 1999), APPLIES to this requirement. 7.4 The Provisions at Federal Acquisition Regulation (FAR) Clause 52.212-1 Instructions of Offerors - Commercial Items (Jun 2008), APPLIES to this requirement. 7.5 52.212-2 Evaluation of Commercial Items; 7.5.1 The provisions at FAR Clause 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2008) APPLIES to this requirement. Quoters shall include a completed copy of the provision with their offers. To download a copy of Clause 52.212-3 go to: http://farsite.hill.af.mil, http://www.acqnet.gov, or http://www.arnet.gov/far 7.6 The Clause at FAR Clause 52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2007), APPLIES to this requirement. 7.7 The Clause at FAR Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008), APPLIES to this requirement. 7.8 The Clause at FAR Clause 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sep 2006), APPLIES to this requirement. 7.9 The Clause at FAR Clause 52.225-13 - Restrictions on Certain Foreign Purchases.(Jun 2008), APPLIES to this requirement. 7.10 The Clause at FAR Clause 52.232-34 - Payment by Electronic Funds Transfer Other than Central Contractor Registration (May 1999), APPLIES to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ADF/ADFADF1/ADFADFL/ADF-10-Q-402/listing.html)
 
Place of Performance
Address: African Development Foundation, Contracts Office, 1400 Eye Street, N.W. Suite 1000, 10th Floor, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN02295837-W 20100926/100924234927-9c0712bc8311c205b0e73bc0200f86d7 (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.