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
- 20086514
- 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 20086514. 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. 730797_01. 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, 30, EA; LI 002: HP LaserJet Pro 400 M401DNE (BRAND NAME or EQUIVALENT) "Product Differentiator - 1 Hi-Speed USB, 1 Ethernet 10/100/1000 Base-TX network; HP ePrint, Apple AirPrint?; 2-line LCD (text and graphics) display; automatic duplex printing Print speed, black (normal) - Up to 35 ppm First page out (ready) black - As fast as 8 sec Resolution (black) - Up to 1200 x 1200 dpi Resolution technology - HP FastRes 1200, HP ProRes 1200, 600 dpi Monthly duty cycle - Up to 50,000 pages Print Technology - Laser Display - 2-line LCD (text and graphics) Processor speed - 800 MHz Number of print cartridges - 1 (black) Automatic paper sensor - No Paper trays, standard - 2 Security - Password-protected network embedded Web server; enable/disable Network protocols; SNMPv2 community password change; SNMPv3; 802.1x; SSL cert management; Firewall; Access Control List "Minimum system requirements - Microsoft? Windows? 7 (32-bit/64-bit), Windows Vista? (32-bit/64-bit): 1 GHz 32-bit (x86) or 64-bit (x64) processor, 1 GB RAM (32-bit) or 2 GB RAM (64-bit), 400 MB hard disk space, CD-ROM/DVD-ROM or Internet, USB or Network port; Windows? XP32 SP2 (32-bit): Pentium? 233 MHz processor, 512 MB RAM, 400 MB hard disk space, CD-ROM/DVD-ROM or Internet, USB or Network port Mac OS X v 10.5, v 10.6, v 10.7; PowerPC G4, G5, or Intel? Core? Processor; 500 MB hard disk; CD-ROM/DVD-ROM or Internet; USB or Network Compatible operating systems - Full software installs supported on: Microsoft? Windows?7 32-bit and 64-bit, Windows Vista? 32-bit and 64-bit, Windows? XP 32-bit (SP2 or higher); Driver only installs supported on: Microsoft? Windows? Server 2008 32-bit and 64-bit, Windows? Server 2003 32-bit (SP3 or higher); Mac OS X v 10.5, v 10.6, v 10.7; Linpus Linux : 9.4, 9.5; Red Hat Enterprise Linux: 5.0, 6.0; OpenSuSE: 11.3, 11.4; Fedora: 14, 15; Ubuntu: 10.04, 10.10, 11.04; Debian: 5.0, 6.0 and HPUX11i Memory, standard - 256 MB Memory, maximum - 256 MB Supported network protocols - Via built-in networking solution: TCP/IP, IPv4, IPv6; print: TCP-IP port 9100 Direct Mode, LPD (raw queue support only), Web Services Printing, IPP 2.0, Apple AirPrint?, HP ePrint, FTP Print; DISCOVERY: SLP, Bonjour, Web Services Discovery; IP CONFIG: IPv4 (BootP, DHCP, AutoIP, Manual, TFTP Config, ARP-Ping), IPv6 (Stateless Link-Local and via Router, Statefull via DHCPv6); Management: SNMPv2/v3, HTTP/HTTPs, Telnet, TFTP Config, FTP FW Download, Syslog; Security: SNMPv3, SSL Cert Management, Firewall, ACL, 802.1x Hard disk - None Paper handling input, standard - 50-sheet multipurpose tray 1, 250-sheet input tray 2, automatic duplexer for two-sided printing Paper handling output, standard - 150-sheet output bin Duplex printing - Automatic (standard) Finished output handling - Sheetfed, 10, EA; LI 003: Dell Latitude E5250 (Brand Name or Equivalent) "CPU CPU Type - Intel Core i7 CPU Speed - 4600U (2.1GHz) CPU Support - 4M Cache Display Screen Size - 13.3"" Touchscreen - Yes Wide Screen Support - Yes Resolution - 1920 x 1080 Operating Systems Operating System - Windows 8.1 64-Bit Graphics GPU/VPU - Intel HD Graphics 4400 Video Memory - Shared system memory Graphic Type - Integrated Card Hard Drive SSD - 256GB Memory Memory - 8GB Memory Speed - DDR3L 1600MHz Communications WLAN - Intel Dual Band Wireless-AC 7260 Bluetooth - Bluetooth 4.0 " "Audio Speaker - 2.0 Speakers with Waves MaxxAudio 5 Input Device Keyboard - Backlit Keyboard Supplemental Drive Webcam - Yes General Style - Ultrabook Type - Mainstream Usage - Consumer Power AC Adapter - 60-watt AC adapter Battery - 6-cell lithium ion ", 20, EA; LI 004: (Brand Name or Equivalent) E-Port Plus Port Replicator "Specifications: Product Type Port replicator Dimensions (WxDxH) 7.9 in x 6.7 in x 2.1 in Weight 1.72 lbs Power Power adapter - external 130 Watt General Product Type Port replicator Width 7.9 in Depth 6.7 in Height 2.1 in Expansion / Connectivity Interfaces 1x Display / video - Display Port ? 1x Display / video - Dual Link DVI-D ? 1x VGA Connector - 15pin ? 2x SuperSpeed USB 3.0 ? 1x eSATA / Hi-Speed USB - 11 pin USB/eSATA ? 3x USB 2.0 ? 1x Network - RJ-45 ? 1x Microphone - mini-phone 3.5 mm ? 1x Audio - mini-phone stereo 3.5 mm Interfaces ?Display / video - DisplayPort ?SuperSpeed USB 3.0 ?eSATA / USB 2.0 - 11 pin USB/eSATA ?Network - RJ-45 ?Microphone - mini-phone 3.5 mm ?Audio - mini-phone stereo 3.5 mm Features K-lock security slot Power Power Device Power adapter - external Power Provided 130 Watt ", 20, EA; LI 005: Logitech? (Brand Name or Equivalent) Desktop MK120 Logitech Optical USB Mouse B100 - Black 3 Buttons 1 x Wheel USB Wired Optical 800 dpi Mouse ? OEM, Windows XP, Windows Vista or Windows 7, 30, EA; LI 006: Dell (BRAND NAME or EQUIVALENT) Dell OptiPlex 7020 Small Form Factor "Specifications: Processor Intel? Core? i7-4790 Processor (Quad Core, 8MB, 3.60GHz w/HD4600 Graphics) Operating System(s) Windows 7 Professional English/French 64bit (Includes Windows 8.1 Pro license) Memory 8GB (2x4G) 1600MHz DDR3 Memory Hard Drive 500GB 3.5inch SATA (7.200 RPM) Hard Drive DDP|Protected Workspace None Protect your new PC No Anti-Virus Software CD ROM/DVD ROM 8X DVD+/-RW Drive Keyboard US English (QWERTY) Dell KB212-B QuietKey USB Keyboard Black ? included Mouse USB Optical Mouse - included Video Card Intel? Integrated Graphics " "Battery InformationBuilt-in DevicesInterfaces/Ports ? VGA: Yes ? Network (RJ-45): Yes ? Audio Line In: Yes ? Audio Line Out: Yes ? Display Port: Yes ? Total Number of USB Ports: 10 ? Number of USB 2.0 Ports: 6 ? Number of USB 3.0 Ports: 4 ControllersDisplay & GraphicsGeneral Information ? Product Type: Desktop Computer ? Number of External 5.25"" Bays: 1 ? Number of Total Expansion Bays: 2 ? Number of 3.5"" Bays: 1 Input DevicesMemory ? Maximum Memory: 16 GB ? Memory: 8 GB ? Memory Technology: DDR3 SDRAM ? Memory Standard: DDR3-1600/PC3-12800 ? Number of Total Memory Slots: 4 ? Memory Form Factor: DIMM " "Network & Communication ? Ethernet Technology: Gigabit Ethernet Physical Characteristics ? Weight (Approximate): 13.20 lb ? Form Factor: Small Form Factor ? Height: 11.4"" ? Width: 3.7"" ? Depth: 12.3"" Power Description ? Maximum Power Supply Wattage: 255 W Storage ? Optical Drive Type: DVD-Writer Processor & Chipset ? Processor Speed: 3.60 GHz w/HD4600 Graphics ? Processor Type: Core i7 ? Processor Model: i7-4790 ? Processor Core: Quad-core (8MB) ? 64-bit Processing: Yes ? Processor Manufacturer: Intel ? Chipset Manufacturer: Intel ? Chipset Model: Q87 Express ? Number of Processors Supported: 1 ? Number of Processors Installed: 1 ? Hyper-Threading: No ? Direct Media Interface: 5 GT/s Software ? Operating System: Windows 7 Professional " Auto Document Feeder 50 sheet or more capacity, 10, EA; LI 007: VISIO Professional 2013 Licenses, 10, EA; LI 008: Desktop Color Scanners, 20, 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/PDDC20229/20086514/listing.html)
- Place of Performance
- Address: Sterling, VA 20164
- Zip Code: 20164
- Zip Code: 20164
- Record
- SN03789220-W 20150710/150708235103-d83c2058d9b2b8949617f4ace389d5ff (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 |