Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

D -- COMPAQ DELL Maintenance for Servers and HP Printers

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), IT Acquisition Service Center (TFL), 18th & F Streets, NW, Room 2024, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
TFL6017
 
Response Due
9/24/2004
 
Archive Date
10/9/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. The General Services Office of Public Building Service Room 5013, located at 1800 F Street NW Washington DC 20405, a requirement for Compaq and PR Servers and HewletPackkard Laserjet printer maintenance services (subject to the availability of funds) as follows: #FOLG2G, Dell Poweredge 2300 date for start 10/01/04; QTY 12 #HRL3A Poweredge 2300 date for start 10/01/04; QTY 12, #UJRH8 Poweredge 2300 date for start 10/01/04; QTY 12, # 7ZS8A Poweredge 4300 date for start 10/01/04; QTY 12, #40NJH11, Poweredge 6400 date for start 10/01/04; QTY 12, #7DR230B Poweredge 4400 date for start 10/01/04; QTY 12, #9Z3BR11, Poweredge 6650 expired 8/9/05 date for start 8/1/05; Qty 2, #CSRNV11, Poweredge 6650 expired 9/11/05 date for start 9/1/05; QTY 1, # 3K3PV11 Poweredge 6650 expired 9/11/05 date for start 9/1/05; Qty 1, # D635BHJ20359 Proliant 5000 date for start 9/1/04; QTY 12, #D647HVN40187 Proliant 5000 date for start 10/1/04; Qty 12, #D647HVN40129 Proliant 5000 date for start 10/01/04; Qt y 12, # D649HWQ1077 Proliant 5000 Date for start 10/1/04; Qty 12, # D724BLB30770 Proliant 6000 date for start 10/01/04; Qty 12 #D744BLF30484 Proliant 6500 Date for start 19/1/04; Qty 12, #D749BRZ10307 Proliant 5500 date for start 10/1/04; Qty 12, #D749BRZ10272 Proliant 5500 date for start 10/1/04; Qty 12, # D753BL10013 Proliant 5000 date for start 10/1/04; Qty 12, #D803BLF30041 Proliant 6500 date for start 10/1/04; Qty 12, #D806BLB30469 Proliant 7000 date for start 10/1/04; Qty 12 #D830BX6100065 Proliant 3000 date for start 10/1/04; Qty 12, #D832BWW20001 Proliant 6000 date for start 10/1/04; Qty 12 #D909BX560049 Proliant 6500 date for start 10/1/04; Qty 12, #D909BX560040 Proliant 6500 date for start 10/1/04; Qty 12 #D913BX560018 Proliant 6500 date for start 10/1/04; Qty 12, #D909BX560041 Proliant 6500 date for start 10/1/04; Qty 12, #D913BX560003 Proliant 6500 date for start 10/1/04; Qty 12, #D935CPK1A103 Proliant 7000 date for start 10/1/04; Qty 12 mos, #D932CPK1A032 Proliant 7000 date for start 10/1/04; Qty 12, #D932CPK1A110 Proliant 7000 date for start 10/1/04; Qty 12, #D938CWK2K097 Proliant 3000 date for start 10/1/04; Qty 12 #D938CWK2K106 Proliant 3000 date for start 10/1/04; Qty 12, #D944CPK1K121 Proliant 7000 date for start 10/1/04; Qty 12, #D944CPK1K051 Proliant 7000 date for start 10/1/04; Qty 12, #D013DDL2K092 Proliant 3000 date for start 10/1/04; Qty 12, #D013DDL2K003 Proliant 3000 date for start 10/1/04; Qty 12, #D011CQZ3K203 Proliant 3000 date for start 10/1/04; Qty 12, #D011CQZ3K146 Proliant 5500 date for start 10/1/04; Qty 12, #D011CQZ3K134 Proliant 5500 date for start 10/1/04; Qty 12 #D011CQZ3K121 Proliant 5500 date for start 10/1/04; Qty 12 #D023CYM1K186 Proliant ML530 date for start 10/1/04; Qty 12, #D023CYM1K469 Proliant ML530 date for start 10/1/04; Qty 12, #D023CYM1K504 Proliant ML530 date for start 10/1/04; Qty 12, #D023CYM1K524 Proliant ML530 date for start 10/1/04; Qty 12, #D023CYM1K364 Proliant ML530 date for start 10/1/04; Qty 12, #D023CYM1K127 Proliant ML530 date for start 10/1/04; Qty 12, #D106FSB1K918 Proliant ML380 date for start 10/1/04; Qty 12 #D105FSB1K919 Proliant ML380 date for start 10/1/04; Qty 12 #D107FPX1K088 Proliant ML530 date for start 10/1/04; Qty 12 #6J15FXK1Y09S Proliant DL360 date for start 10/1/04; Qty 12, #D124FRY1L429 Proliant ML370 date for start 10/1/04; Qty 12 #6J15FXK1Y07J Proliant DL3600 date for start 10/1/04; Qty 12, #6J1FXK1Y07H Proliant DL360 date for start 10/1/04; Qty 12, #D121CXF1K134 Proliant ML570 date for start 10/1/04; Qty 12, #D122CXF1K164 Proliant ML570 date for start 10/1/04; Qty 12, #6J17FXK1501E Proliant DL360 date for start 10/1/04; Qty 12, #6J17FXK15006 Proliant DL360, date for start 10/1/04; Qty 12, #6J17FXK1501T Proliant DL360, date for start 10/1/04; Qty 12, #6J17FXK1501K Proliant DL360, date for start 10/1/04; Qty 12, #6J17FXK1501A Proliant DL360, date for start 10/1/04; Qty 12, #6J17FXK15016 Proliant DL360, date for start 10/1/04; Qty 12, #D141FRY1K129 Proliant ML370 date for start 10/1/04; Qty 12, #D141FRY1K425 Proliant ML370 date for start 10/1/04; Qty 12, #D141FRY1K380 Proliant ML370 date for start 10/1/04; Qty 12, #D140FRW1K116 Proliant DL380 G2 date for start 10/1/04; Qty 12, #D140FRW1K073 Proliant DL380 G2 date for start 10/1/04; Qty 12, #D140FRW1K171 Proliant DL380 G2 date for start 10/1/04; Qty 12, #D141DYV1K158 Proliant DL580 date for start 10/1/04; Qty 12, #D141DYV1K049 Proliant DL580 date for start 10/1/04; Qty 12, #D141DYV1K315 Proliant DL580 date for start 10/1/04; Qty 12, #D141DYV3K085 Proliant DL580 date for start 10/1/04; Qty 6, #D141DYV3K247 Proliant DL580 date for start 10/1/04; Qty 6, #D141DYV3K245 Proliant DL580 date for start 4/1/05; Qty 6, #D221FRV1D132 Proliant ML370 G2 date for start 6/1/05; Qty 4, #D221FRV1D165 Proliant ML370 G2 date for start 6/1/05; Qty 4 # D221FRV1D178 Proliant ML370 G2 Date for start 7/1/05; Qty 3 # D221FRV1D137 Proliant ML370 G2 Date for start 7/1/05; Qty 3 # D221FRV1D115 Proliant ML370 G2 Date for start 7/1/05; Qty 3 # D221FRV1D162 Proliant ML370 G2 Date for start 7/1/05:Qty 3 # D224CXGD009 Proliant ML570 G2 Date for start 8/1/05; Qty 2 Vendor must demonstrate capability to provide Dell Certified Systems Expert and/or Compaq certified System Engineer/Technician as appropriate to provide maintenance service. No substitutions. Ship To Address: 1800 F Street NW, Room 5013. For this solicitation, GSA-FTS intends to conduct an on-line competitive reverse auction to be facilitated by a third-party reverse auction provider, FedBid, Inc. FedBid has developed an on-line, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. GSA-FTS is taking this action in an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, competed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, 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. The provisions of 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certifications; Commercial Items; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the best value to the Government, on the basis of price and conformance to technical factors. For information contact Holly Carr at 202-329-7250
 
Place of Performance
Address: 1800 F Street Room 5013, Washington DC
Zip Code: 20405
Country: usa
 
Record
SN00675347-W 20040918/040917084920 (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.