MODIFICATION
70 -- Computer
- Notice Date
- 7/8/2015
- Notice Type
- Modification/Amendment
- Contracting Office
- 1331 Pennslyvania Avenue, Washington, D.C., DC 20229
- ZIP Code
- 20229
- Solicitation Number
- 20086512-1
- Response Due
- 7/13/2015
- Archive Date
- 1/9/2016
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- CANCELLATION NOTICE:Bids are being solicited under solicitation number 20086512-1. 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. 730784. DHS FirstSource II Bids Only: Seller shall ONLY bid on this opportunity if they are able to provide commercially-available IT commodities, solutions, and value-added reseller (VAR) services per the requirements established in the Delivery Order solicitation. Seller shall adhere to all terms and conditions stated in their respective DHS FirstSource II IDIQ contract, AS WELL AS any additionally imposed through the Delivery Order solicitation - provided they do not contradict those executed by the former. Both the status of the Seller (i.e. its ability to conduct business with the Federal Government) and the status of the Seller?s IDIQ contract shall be in an ACTIVE state at the time a bid is submitted. This requirement is a [ Service-Disabled Veteran Owned ] set-aside 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 2015-07-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20164 The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: LI 001: ViewSonic (BRAND NAME or EQUIVALENT) VG2239m-LED Monitor "LCD Type: 22"" (21.5"" viewable) Wide Color TFT Active Matrix LED Display Area: 18.8"" horizontal x 10.6"" vertical; 21.5"" diagonal Optimum Resolution: 1920x1080 Full HD Contrast Ratio: 1000:1 (typ); 20M:1 (dynamic) Viewing Angles: 170? horizontal, 160? vertical Response Time: 2ms (gray-to-gray); 5ms black-to-white (typ) Light Source: WLED with 30,000 Hrs (Min) Brightness: 250 cd/m2 (typ) Panel Surface: Anti-glare, hard coating (3H) VIDEO INPUT Analog/Digital: RGB analog (75 ohms, 0.7/1.0 Vp-p) / DVI-D (TMDS, 100 ohms with HDCP) / Display Port Frequency: Fh = 24 ~ 82 kHz ; Fv = 50 ~ 75 Hz Sync: Seperate Sync COMPATIBILITY PC: VGA up to 1920x1080 non-interlaced Mac: Power Mac? (up to 1920x1080) CONNECTOR Analog/Digital: 15-pin mini D-sub (VGA)/ DVI-D (with HDCP)/ DisplayPort USB: 2 Port USB Hub Audio Input: 3.5mm Audio In Headphone: 3.5mm Headphones Power: Internal Power Board, 3-pin plub (CEE22) ""AUDIO Speakers: Built-In Speakers 2 watt(x2) POWER Voltage: AC 100?240V (universal), +/-10% Wide Range Consumption: 22W (typ) Eco Mode: 18W (Optimize) / 15W (Conserve) Power Save Mode: ? 1W CONTROLS Basic: Power, 1, down, up, 2 OSD: Auto Image Adjust, Contrast/Brightness, Input Select (D-SUB, DVI, DisplayPort), Audio adjust (Volume Mute), Audio Input, Color Adjust (sRGB, 9300K, 7500K, 6500K, 5000K, User Color [R, G, B]), Information, Manual Image Adjust (H/V Position, Horizontal Size, Fine Tune, Sharpness, Dynamic Contrast, Response Time, Aspect Ratio, Eco-mode), Setup Menu (Language, Resolution Notice, OSD Position, OSD Timeout, OSD, Background, Auto Power Off), Memory Recall OPERATING CONDITIONS Temperature 32?104? F (0?40? C) Humidity 10?90% (non-condensing) DIMENSIONS (WxHxD) Physical With Stand: 20.2 x 16.5 x 9.4 in. / 512.4 x 418 x 239.6 mm Physical Without Stand: 20.2 x 12 x 2.2 in. / 512.4 x 304.4 x 56.4 mm WEIGHT Gross: 14.8 lb. / 6.7 kg Net With Stand: 10.3 lb. / 4.7 kg Net Without Stand: 7.1 lb. / 3.2 kg Tilt: Forward 5? Bacl 20, Swivel: 360? Height Adjust:5.3"" (0-135mm), Pivot 0-90? " Vesa Mount 100mm x100mm, 34, EA; LI 002: Dell (BRAND NAME or EQUIVALENT) AC511 SoundBar AC511 Dimensions (WxDxH): 16 in x 1.5 in x 1.9 in Weight: 16 oz Speaker Type: Active Audio Amplipher: External Speaker Details: Sound bar Stereo ? 2 Designed For P2214H, 34, EA; LI 003: Dell Latitude E6440 Brand Name or Equivalent Support Windows 7 64 bit or greater, Windows 8 ? optional, Dimensions: minimum (All) 7in. x 5in. x.25in to 12in. x 9in. x 1.5in. Weight: (All) 1-2.5lbs. Including battery pack. Battery and features: Battery extender optional, snaps to bottom of laptop, to extend laptop runtime. LED Battery Life/Health gauge. Tap once to view % charge, tap and hold to see overall health of battery, indication of when battery is nearing end-of-life. Cell Lithium ion battery or better last minimum 8 hours or more with optional battery slice. Ability to charge battery 80% in about an hour. Ability to configure standard charge vs. express charge. Processors: 4th Gen Intel Core i5 processor, equivalent or better. Chipset: Standard for All: Intel QM87 Chipset for mobile platforms, equivalent or better. Memory: Minimum 8 GB 1600 MHz DDR3. Hard Drive: 320GB SATA 7200 rpm 2.5" disk with free fall sensor (FFS). Video Card: Intel HD Graphics with WDDM 1.3 or DXGI 1.3 to support wireless display recommended. VGA or DVI or HDMI out from notebook. Video Output: Standard for all. Video port: VGA (Standard) DVI, HDMI & Display Port (optional). Display: LED Backlit display (extends battery life vs. CCFL) with variable brightness settings (dim to further extend battery life). Ambient light sensor to automatically adjust screen and keyboard, 34, EA; LI 004: Dell (Brand Name or Equivalent) E-Port Plus Port Replicator with USB 3.0. Port replicator, 11.3 in x 6.7 in x 2.5 in, 2.3 lbs, 130 Watt. 2x Display / video - Display Port - 20 pin Display Port ? 2x Display / video - Dual Link DVI-D ? 1x VGA Connector - 15pin. 2x SuperSpeed USB 3.0 - 9 pin USB Type A ? 1x eSATA / Hi-Speed USB - 11 pin USB/eSATA.. 3x USB 2.0 ? 1x Network - Ethernet - RJ-45 ? 1x Audio - output ? 1x Microphone. 1x Microphone ? 1x Serial Port Connector ? 1x Parallel Port Connector., 34, EA; LI 005: Logitech? (Brand Name or Equivalent) Desktop MK120 Keyboard and mouse set - wired; USB Keyboard Spillproof, tilt legs ; Mouse - optical Scrolling wheel, 1000 dpi resolution, 34, EA; LI 006: HP (BRAND NAME or EQUIVALENT) 8270 Document Flatbed Scanner w/Document Feeder. MUST NOT HAVE WIRELESS. Scan: Resolution 4800x4800 dpi or better Bit Depth 48-bit. Document Scan Size: 8.5x 14 inches. Auto Document Feeder: 50 sheet or more capacity, 3, EA; LI 007: Fujitsu (BRAND NAME or EQUIVALENT) Snapscan S1500 (per workstation except Scanner type: Automatic Document Feeder (ADF), Duplex Scanning. Scanning Modes: Color, Grayscale, Monochrome, Automatic (color /grayscale / monochrome Detection). Image Sensor: CCD (Charge coupled device) x 2 (front x 1/ back x1). Light Source: White cold cathode discharge lamp. Optical Resolution: 600 x 600 dots per inch (dpi). Power Requirement: AC 100V to 240V, 50 / 60 Hz. Dimensions (W x D x H)(8)., 4, EA; LI 008: APC (BRAND NAME or EQUIVALENT) Back-UPS Pro 1200 230V. OUTPUT: Output Power Capacity 720 Watts / 1200 VA. Max Configurable Power: 720 Watts / 1200 VA. Nominal Output Voltage: 50/60Hz +/- 3 Hz. 50/ Output Frequency (sync to mains): 60Hz +/- 3 Hz. Topology: Line Interactive. Waveform Type: Stepped approximation to a sinewave. Output Connections: (5) IEC 320 C13 (Battery Backup) (5) IEC 320 C13 (Surge Protection). INPUT: Nominal Input Voltage: 230V. Input Frequency: 50/60 Hz +/- 3 Hz (auto sensing). Input Connections: IEC-320 C14. INCLUDED CABLES: (4) IEC 320 C13 to IEC 320 C14, 6ft (1.83 Meters) cables. (1) IEC 320 C13 to AS3112, 6ft (1.83 Meters) cable, 5, EA; LI 009: HP LaserJet 3015dn (BRAND NAME or EQUIVALENT) 230V LaserJet 3015dn Printer; 42ppm; 1200x1200 dpi; 100,000 monthly duty cycle; 128MB RAM standard, 640MB max; 256MB memory upgrade; Installation of memory upgrade into printer; 1 hi-speed USB 2.0 port; 1 Gigabit Ethernet 10/100/1000Base-TX; 1EIO; 1 yr on-site warranty; patch cable - 10' Cat 6 with RJ-45 connectors; 10' USB 2.0 Hi-Speed cable A to B connection; APC Professional Surge Arrest Strip. MUST BE ABLE TO OPERATE AT 230V., 2, EA; LI 010: HP Color Laser Jet CP4025dn or Equal (BRAND NAME or EQUIVALENT) 230V Color LaserJet CP4025dn Printer; 35color/35 black PPM; 1200x1200dpi w/HP ImageREt 3600; 100,000 monthly volume; 2 paper trays standard; 512MB RAM standard, 1024MB max; 256MB memory upgrade; Installation of Memory into printer; 1 Hi-Speed USB 2.0; 1 Gigabit Ethernet 10/100/1000Base-TX; 1 EIO; 1 year onsite warranty; Patch Cable - 10' Cat 6 with RJ-45 Connectors; 10' USB 2.0 cable A to B Connection; APC Professional Surge Arrest Strip. MUST BE ABLE TO OPERATE AT 230V., 2, EA; LI 011: BlackBox (BRAND NAME or EQUIVALENT)USB 2.0 Passive extension Cable (per printer). 3M (10 ft) USB Passive Extension cable. Features one Type A male connector and one Type A Femaie connector, 4, EA; LI 012: Cisco 2951 AX Bundle w/ APP SEC lic (BRAND NAME or EQUIVALENT) C2951-AX/K9 Cisco 2951 AX Bundle w/ APP SEC license. CON-SNT-C2951AX9 SMARTNET 8X5XNBD Cisco 2951 w/3 GE4 EHWIC2 SM256MB CF. S2951UK9-15204M Cisco 2951 IOS UNIVERSAL. FL-29-HSEC-K9 U.S. Export Restriction Compliance license for 2921/2951. FL-C2951-WAASX WAASX Feature License RTU (Paper) for 2951. MEM-2951-512U4GB 512MB to 4GB DRAM Upgrade (2 2GB DIMM) for Cisco 2951 ISR. MEM-CF-256U512MB 256MB to 512MB CF Upgrade for Cisco 190029003900 ISR. MEM-CF-256U512MB 256MB to 512MB CF Upgrade for Cisco 190029003900 ISR. EHWIC-1GE-SFP-CU EHWIC 1 port dual mode SFP(100M/1G) or GE(10M/100M/1G. HWIC-2FE Two 10/100 routed port HWIC. GLC-SX-MMD 1000BASE-SX SFP transceiver module MMF 850nm DOM. PWR-2921-51-AC Cisco 2921/2951 AC Power Supply. CAB-AC AC Power Cord (North America) C13 NEMA 5-15P 2.1m. PI-MSE-PRMO-INSRT Insert Packout - PI-MSE. SL-1300-WAAS/K9 1300 TCP Connection Right to Use (RTU) for WAAS and/or vWAAS. SL-29-APP-K9 AppX License for Cisco 2900 Series. SL-29-DATA-K9 Data License for Cisco 2901-2951. SL-29-IPB-K9 IP Base License for Cisco 2901-2951. HWIC-BLANK Blank faceplate for HWIC slot on Cisco ISR 2 each. ISR-CCP-EXP Cisco Config Pro Express on Router Flash. SL-29-SEC-K9 Security License for Cisco 2901-2951. SM-S-BLANK Removable faceplate for SM slot on Cisco 290039004400 ISR 2 each., 17, EA; LI 013: WS-C3650-24PS-S Cisco Catalyst 3650 24 Port PoE 4x1G Uplink IP Base (BRAND NAME or EQUIVALENT) WS-C3650-24PS-S Cisco Catalyst 3650 24 Port PoE 4x1G Uplink IP Base. CON-SNTP-WSC3652S SMARTNET 24X7X4 Cisco Catalyst 3650 24 Port PoE 4x1G Uplink. S3650UK9-33SE CAT3650 Universal k9 image. PWR-C2-640WAC 640W AC Config 2 Power Supply. PWR-C2-640WAC/2 640W AC Config 2 Secondary Power Supply. C3650-STACK-KIT Cisco Catalyst 3650 Stack Module. STACK-T2-50CM 50CM Type 2 Stacking Cable. CAB-TA-NA North America AC Type A Power Cable 2 each. FNF-LC 90 Day Full Trial of Lancope Stealthwatch up to 2000 fps, 17, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) 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. DHS Customs and Border Protection (CBP) 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Supplemental Bid Information 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. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20086512-1/listing.html)
- Place of Performance
- Address: Sterling, VA 20164
- Zip Code: 20164
- Zip Code: 20164
- Record
- SN03789213-W 20150710/150708235059-9c3d5f7e8ebb0f2a0873f75b0499580a (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 |