Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2004 FBO #0884
SOLICITATION NOTICE

D -- Peace Corps Overseas Hardware Refresh Project

Notice Date
4/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Peace Corps, Office of Planning Budget and Finance, Office of Contracts, 1111 20th Street, N.W., Room 4413, Washington, DC, 20526
 
ZIP Code
20526
 
Solicitation Number
PC04R004
 
Response Due
5/11/2004
 
Archive Date
5/26/2004
 
Point of Contact
Christopher Smith, Contract Specialist, Phone 202-692-1626, Fax 202-692-1621, - Christopher Smith, Contract Specialist, Phone 202-692-1626, Fax 202-692-1621,
 
E-Mail Address
csmith2@peacecorps.gov, csmith2@peacecorps.gov
 
Description
PEACE CORPS Overseas Hardware Refresh Project International Technical Support Division PC CIO/OI/ITS STATEMENT OF WORK (SOW): I. Overview: Peace Corps? Office of the Chief Information Officer, Operations and Infrastructure team, International Technical Support division (PC CIO/OI/ITS), invites offers from authorized Hewlett Packard resellers under GSA IT schedule 70 (standard item 132-8) to provide on a delivered basis servers and workstations to approximately seventy (70) locations worldwide as part of the agency?s phased upgrade of overseas Post computer infrastructure. In accordance with FAR 6.302-1(b)(4), the PC CIO has determined that it continues to be in the Government?s best interest to maintain a uniform and standard operating environment based on Hewlett Packard (Compaq) equipment. Peace Corps CIO/OI/ITS will order each shipment for equipment separately based on the overseas delivery location. Each order will be sent to one overseas location and the average order will include approximately 32 desktops, six (7) laptops, one docking station, and one (1) server. Peace Corps CIO/OI/ITS intends to purchase a minimum of 2000 workstations and 70 servers over the next three fiscal years, subject to availability of funds (FAR 52.217-9: resulting contract will be one year Base Period with up to two (2) one year Option Periods). Vendors will be required to offer volume discounts off of their GSA schedule 70 132-8 prices. II. Review Period: Peace Corps CIO/OI/ITS requires an initial review period after the first six (6) orders have been delivered. During the review period, PC CIO/OI/ITS will review vendor performance based on the following criteria: 1) Timeliness and accuracy of deliveries of equipment to overseas locations; 2) Quality (ruggedness, survivability) of packing materials; 3) Condition of equipment at time of delivery; 4) Availability of order status information; 5) Accuracy and timeliness of reporting; 6) Quality of overall customer support; 7) Price and billing accuracy: 8)Timeliness of repair and replacement. Based on the initial review, PC CIO/OI/ITS will determine if further performance is administratively burdensome and whether a no cost settlement (termination for convenience) is warranted and performance by another vendor is in the Government?s best interest. Periodic reviews are also contemplated during the life of this project (see Appendix A). III. Delivery Schedule: Peace Corps CIO/OI/ITS will provide the vendor with the information below for each order: 1) Country and City of Delivery; 2) Date of Delivery (this is the latest date that the product can be received in country); 3) Number of workstations, laptops, and docking stations; 4) Post Point of Contact name and phone number; 5) Voltage settings. The entire equipment order should arrive no later than FOUR (4) weeks (28 calendar days) from the order date at its designated delivery location (see section XV for delivery incentive and 5 day delivery window). The vendor will be able to process multiple, simultaneous orders to accommodate all the orders in a given quarter (Appendix A). IV. Deliverables: With each order, the vendor will acquire on behalf of Peace Corps the required hardware based on the specifications below for workstations, laptops, docking stations, and servers. The vendor will also affix Peace Corps provided asset tags to each piece of equipment (including workstations, servers, docking stations, monitors, UPSs, and surge suppressors). Peace Corps CIO/OI/ITS will review and may revise hardware requirements annually or in the case of discontinued products. All workstations and laptops for a given order will be the same model. The vendor will notify PC CIO/OI/ITS a minimum of 90 days ahead of any product hanges. The vendor will also provide a sample of test equipment 60 days ahead of any workstation, laptop, or server model change. The vendor will provide a Bill of Materials via email to CIO/OI/ITS for each model of equipment for each order one week before delivery. This Bill of Materials will include part numbers for all major system components as well as PCI cards. Peace Corps requires equipment models that are domestically available. At the current time, PC CIO/OI/ITS knows of no prohibitions, including those related to 128-bit encryption, against the export of the required equipment. Vendors are encouraged to provide any and all export control regulations which may apply to the equipment detailed herein. Hardware: 1) Server: Compaq Proliant ML370 G3 (or most current generation) Server [Tower Form Factor] Intel Xeon ? 3.2 GHz CPU/533 MHz Bus (or current compatible processor available) 1 GB RAM [2X512 MB] Compaq RAID 641 Controller 5 X 36.4GB 10,000RPM SCSI Ultra320 Universal Hard Drives Ultrium 215 Internal Drive DVD +RW Drive 1.44 MB Floppy Drive Compaq NC7781 NIC (embedded) Compaq NC3123 NIC Hot Plug Redundant Power Supply Module (Auto-switching) Hot Plug Redundant Fan L1702 17? LCD Monitor APC Smart-UPS 1500 (110v or 220v model depending on required voltage settings) International Warranty 3 years Parts & Labor with 3 years Next Business Day onsite; 2) Workstations: HP Compaq D530 ? Small Form Factor Intel Pentium IV 2.4 GHz/533Mhz (or current compatible processor available) 512 MB DDR PC2700 (DDR 333) 40GB Ultra ATA 100 Hard Drive (7200 RPM) (or current smallest capacity available) 48X/24X/48X/16X DVD-CDRW Combo (or current best speed available) 1.44 MB Floppy Disk Drive Integrated Intel Extreme graphics2 graphic controller Integrated Intel audio w/Internal Speaker Embedded Broadcom NetXtreme Gigabit NIC Optical Scrolling Mouse Standard Keyboard Auto-switching Power Supply L1702 17? LCD Monitor International Warranty 3 years Parts & Labor with 3 years Next Business Day onsite; 3) Laptops: HP Compaq NC6000 Pentium M- 1.4 GHz CPU (or current compatible processor available) 512 MB RAM 30 GB SMART 4200 RPM Hard Drive (or current capacity available) 24X DVD ROM (or current best speed available) 3.5? Floppy Drive 10/100 Gigabit NIC 14.1? TFT XGA panel APC Surge Suppressor with minimum 5 outlets, telephone line protection, voltage and plug compatible with country. (SurgeArrest Essential P7T for Nicaragua, Basic Surge P5TR-FR for Gabon) International Warranty 3 years Parts & Labor (including battery) with 3 years Next Business Day onsite; 4)Docking Stations: Advanced Port Replicator L1702 17? LCD Monitor USB Keyboard/ Optical Mouse bundle International Warranty 3 years Parts & Labor with 3 years Next Business Day onsite. V. Voltage Configuration Requirements: The vendor will set the voltage as required on the workstations based on the voltage requested in the order. Any damage to equipment as a result of incorrect voltage settings will be the responsibility of the vendor. VI. Shipping Requirements: The vendor will pack all configured equipment with associated manuals, accessories, software, drivers, and peripherals in UNMARKED (no indication of the nature of the contents) packing materials and label each box with the following information: 1) Model Name (i.e. Desktop marked with ?D?, Laptop marked with ?L?, Server marked with ?S?); 2) Serial Number; 3) Peace Corps Property Tag Number; 4) Address. For each order, the vendor will pack all of the boxes onto pallets and shrink-wrap the pallets with translucent wrap. The vendor will be responsible for customizing the equipment pallets in each order according to the size of transport vehicle to be used in the shipment (plane, truck, etc) to avoid the carrier de-palletizing and repacking the equipment mid-route. Upon request, the vendor will send via express mail either the original or a certified copy of the commercial invoice to a specific country to assist with their customs processing. This request will typically be made 3 weeks ahead of the delivery date. Comprehensive flight and ground transport information for each shipment (including flight numbers and schedules as well transit points) will be delivered to Peace Corps HQ via email at the latest, the same day that the equipment has been shipped from the US. Any changes in flight status will be reported to Peace Corps via phone and email no later than 4 hours after the change has taken place. For payment purposes, the vendor will also provide a copy of the Bill of Lading, commercial invoice, and asset list (including serial numbers, bar coded asset numbers, and models) to the Headquarters office one week before the required delivery date. The vendor will ensure that all items are preserved, packaged, packed, and marked in accordance with best commercial practices to meet the packing requirements of the carrier and to ensure safe and timely delivery at the intended destination. VII. Proof of Delivery: Vendor and agency will determine a mutually agreed upon location to inspect goods on arrival in country to determine if there has been any loss or damage to the shipment. This determination will occur no later than one week before the shipping date. Only upon successful audit of all inventory will the agency accept the order. Any discrepancies in the order will be the vendor?s responsibility. Any missing or damaged equipment will be replaced (replacement equipment will arrive in the country) at the vendor?s cost in no more than ten calendar days after the inspection. VIII. Reporting Requirements: For each order, the vendor will provide a report in Excel Format (electronic) no later than one week after the shipment date. The report template will be provided by Peace Corps CIO/OI/ITS. The report will contain , but not be limited, to the following information: 1) Desktop/Laptop/Server: Order Number Country Workstation model and specifications Server and specifications Laptop and specifications Warranty beginning and end dates for all components Country Address equipment shipped to Any customs instructions provided by CIO/OI/ITS Serial Number Peace Corps Property Number; 2) For other equipment (Monitors, UPS, surge suppressor, etc.): Model Serial Number Peace Corps Property Number. The reporting requirements may change over the course of the contract term. Cumulative reports of equipment purchased, equipment type, purchase date, etc. will available through an online tool. IX. Meeting and Weekly Status Requirements: The vendor will give the agency?s COTR a weekly update report via conference call including a detailed email of all current issues or inabilities to meet deliverables, upcoming issues, and current order statuses. The vendor will also be available for monthly or quarterly meetings with both the COTR, office of contracts, Chief of International Technical Support (ITS), and the CAO. X. Order and Shipment status: All order statuses, invoices, and shipping updates will be available to the agency through a web-based interface. XI. Warranty Status: All warranty information tied to equipment ordered will also be tracked and available online. Vendor will identify and notify the applicable local service center to insure that international warranties will be honored. Vendor will provide this written acknowledgement to Peace Corps within two (2) weeks (14 calendar days) after equipment delivery. XII. Invoicing Requirements: Peace Corps will not consider for payment any invoices submitted after 90 days from the date of delivery. XIII. Project Management: Peace Corps requires a single point-of-contact (SPOC) for all ordering and shipping information. The SPOC would act as the shipper of record; responsible for validating the accuracy of order information with Peace Corps personnel, as well as ensuring the timely delivery of all items by coordinating all freight and custody transfer arrangements via third party agents with Peace Corps HQ and Post staff. The SPOC will make any necessary contingency plans and work with the shipper to change flights as necessary to guarantee the timely shipment arrival. The SPOC will keep Peace Corps CIO/OI/ITS abreast of all shipping costs on all upcoming orders. For any shipping costs exceeding $12,000, the vendor will not proceed with shipment until written approval is given via email from Peace Corps. XIV. Service Level Agreement: Peace Corps reserves the right to modify delivery terms on a case-by-case basis, in response to unique situations or if unacceptable losses (defined herein as greater than ten percent (>-10%) of the gross item count) are encountered at a particular destination, back-to-back deliveries, or over a one quarter (90-days or three month) period. XV. Incentive Clause: The Government contemplates award of a firm, fixed price (FFP) order (with subsequent modifications for successive deliveries) under an existing GSA schedule 70 contract for hardware and delivery services. The vendor will be allowed a 5 business day delivery window beginning from the date of delivery indicated on the order. Vendor will be assessed a 10% deliverable credit payable to the Peace Corps if this 5 day window is missed in delivering the complete order (no missing equipment). Missing equipment shall be defined as any equipment discrepancy between the most current order and the equipment accepted by the PC staff in the receiving country. Equipment lost or stolen en route is subject to the terms outlined in section VII. E.g. The order for Uzbekistan is placed on Mar. 1, 2004. The delivery date is indicated as Mar. 29, 2004. The vendor has from Mar. 30 to Apr. 5 to deliver the product without incurring a deliverable credit. Reward for consistent, complete, and on-schedule delivery of items ordered for 10 consecutive orders (following the last missed order) will result in an Earnback of all deliverable credits. E.g. Tanzania order is late by 7 business days. A deliverable credit is assessed. Kenya and Uganda orders are on time. Half the East Timor order arrives on time and the second half arrives 6 business days late. A second deliverable credit is assessed. The 10 consecutive order count begins after the East Timor order. All hardware will be purchased on a firm, fixed price basis (FFP). On-schedule delivery shall be defined as when the PC Post staff formally accepts delivery of the equipment by the last agreed upon scheduled delivery date. XVI. Evaluation & Offer Instructions: The Basis for Award will be Best Value to the Government; wherein, Technical Service Capability is equal to or more important than Cost. As evidence of their Technical Service Capability, vendors will be required to submit at least three (3) Past Performance references, detailing services of similar scope and term delivered to Federal or other business clients worldwide. There will no limit to the length of these references and they will not count against a 50 page maximum Technical Proposal limit. The Technical Proposal will also have a supporting Cost Proposal, detailing all direct and indirect costs (ODCS). All ODC categories will be defined by other than ?Miscellaneous?. There will be no limit to the length of the Cost Proposals. Award will be made to a single vendor. FAR 52.215-1 Alt I will apply, in that the Government may award without discussions to offerors within the competitive range (see FAR 15.306(c)). FAR 15.102 oral presentations may be required and will be at the sole descretion of the Govt (Peace Corps). Offerors are encouraged to submit formal questions in writing regarding this procurement to the Contracting Officer by no later than Noon (12pm) local Washington DC time on Monday, May 3, 2004. Questions will be considered for technical review and a formal answer will be provided via www.fedbizopps.gov prior to submission of proposals. Three hard copies of each proposal, along with an electronic copy in Microsoft Excel and Word 2000 compatible and/or compressed file (.zip) or image (Adobe Acrobat .pdf) formats, will be submitted. Appendix A: Current Peace Corps Posts / Anticipated Refresh Timeframes: IAP FY ?04 Q4 Mexico FY ?05 Q1 Haiti Belize Guyana Suriname Paraguay Bolivia (Periodic Review) Eastern Caribbean Jamaica Dominican Republic Ecuador FY ?05 Q3 Nicaragua Guatemala (Periodic Review) Costa Rica Honduras Panama Kiribati Samoa Tonga (Periodic Review) Vanuatu Micronesia EMA FY ?05 Q4 Thailand Philippines Turkmenistan Ukraine (Periodic Review) Kazakhstan Kyrgyz Republic Morocco Nepal Bangladesh FY ?06 Q1 China (Periodic Review) Macedonia Armenia Bulgaria Jordan Moldova Mongolia (Periodic Review) Uzbekistan AF FY ?06 Q3 Mali Mauritania Cameroon Peru East Timor Uganda (Periodic Review) Benin Gabon Gambia Ghana Guinea Malawi (Periodic Review) Togo Lesotho Mozambique South Africa Burkina Faso FY ?07 Q1 Cape Verde (Periodic Review) Kenya Madagascar Niger Senegal Romania Georgia (Periodic Review) Tanzania Zambia Albania Azerbaijan Fiji (Periodic Review) Namibia Botswana Swaziland Chad El Salvador. FAR 12 Acquisition of Commercial Items Provisions & Clauses are hereby incorporated by reference, complete clauses can be found at www.arnet.gov/far, please reference (as appropriate) certifications already in effect under your GSA Schedule 70 contract: FAR 52.212-1; 52.212-2 (see SOW paragraph XVI Evaluation & Offer Instructions; 52.2121-3 (NAICS = 423430; SIC = 5045); 52.212-4; & 52.212-5: 52.219-4, 52.219-8, 52.219-9 Alt II, 52.219-23 para (b)(1) 10% evaluation only, 52.219-25, 52.219-26, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9 (see cognizant GSA FSS contracting officer), 52.225-13, 52.232.29, 52.232-30, 52.232-33, 52.239-1, 52.247-64 Alt I, 52.222-41, & 52.222-43
 
Place of Performance
Address: Peace Corps Office of the Chief Information Officer, Operations & Infrastructure, International Technical Support, Attn PC CIO/OI/ITS Rm 3114, 1111 20th St NW, Washington DC, T: 202-692-1356
Zip Code: 20526
Country: USA
 
Record
SN00573159-W 20040428/040426214634 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.