Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

70 -- IT Commodities - Vendor Must Be Registered in ITSS and CCR

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1500 E. Bannister Rd., Kansas City, MO 64131
 
ZIP Code
64131
 
Solicitation Number
DKTS06KE002H
 
Response Due
3/13/2006
 
Archive Date
4/2/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DKTS06KE002H and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Monday, March 13, 2006 at 16:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Suffolk, VA 23435 The GSA FTS Region 6 requires the following items, EXACT MATCH ONLY, to the following: LI 001, F5-UPG-BIG-SSL400-CARD , BIG-IP Field Upgrade: SSL Card (400TPS) , Brand Name F5 Networks, 5, EA; LI 002, 113590 , Tandberg 1000 (768 IP) (Tandberg POC is John Stock, 972-768-1850) , Brand Name Tandberg, 2, EA; LI 003, 113590V31D , Tandberg 1000 Customer Care (Tandberg POC is John Stock, 972-768-1850) , Brand Name Tandberg, 2, EA; LI 004, X7417A , 19 inch Rack Mount Kit for Sunfire V440 , Brand Name Sun Microsystems, 3, EA; LI 005, Option 1: Q5916A , 9200C Digital Sender , Brand Name HP, 8, EA; LI 006, Option 2: ProLiant DL385 Rack Server, with each Server having the custom configuration described in lines Option 2.01 through Option 2.09 (see attached Bill of Materials) , Brand Name HP, 4, EA; LI 007, Option 3: 379300-B21 , 4GB REG PC3200 2x2GB Memory , Brand Name HP, 16, EA; LI 008, Option 4: SK-9S82 , 1000Base-SX Dual Port 2LC Connector, PCI-X 133Mhz , Brand Name Syskonnect, 4, EA; LI 009, Option 5: RHF0314US , Red Hat Enterprise Linux ES (v.4 Standard for x86, AMD64, and Intel EM64T) , Brand Name Red Hat, 4, EA; LI 010, Option 6: RHF0314US , Red Hat Enterprise Linux ES (v.4 Standard for x86, AMD64, and Intel EM64T) , Brand Name Red Hat, 12, EA; LI 011, Option 7: 113590 , Tandberg 1000 (768 IP) (Tandberg POC is John Stock, 972-768-1850) , Brand Name Tandberg, 2, EA; LI 012, Option 8: 113590V31D , Tandberg 1000 Customer Care (Tandberg POC is John Stock, 972-768-1850) , Brand Name Tandberg, 2, EA; For this solicitation, GSA FTS Region 6 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. 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 Region 6 is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, 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 (877-933-3243) 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. Should offerors require additional clarification, contact Paul Flake at paul.flake@gsa.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 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.) directly to paul.flake@gsa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. All vendors must have their Representations and Certifications loaded to http://orca.bpn.gov/. New equipment ONLY, NO remanufactured products, and NO "gray market", unless speified in the auction. Please login to Fedbid and download the complete Bill of Materials. By checking this term, the vendor agrees to address all written and verbal communications, excluding submission of the bid and Fed Bid process questions, to Paul Flake, Contract Specialist, by e-mail at paul.flake@gsa.gov. The Contract Specialist will identify an alternate point of contact if he is otherwise unavailable. Delivery shall occur within 30 days after receipt of order (ARO). Please quote F.O.B. Destination. Handling, shipping, and insurance costs should be proportioned between the line items. The vendor must provide the end user with notice of delivery at least 24 hours before delivery of the products. Partial shipping and invoicing is authorized. Line Item Option 2 specifies a custom configuration. The custom configuration is described in its entirety in the Bill of Materials which is attached to the FedBid Auction. This is an all-or-none project. Partial bids will be deemed unresponsive and will not be evaluated. A single delivery order will be awarded to the responsive vendor bidding the lowest price. EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirements (Bill of Materials Line Items 1 through 4) together with any option(s) (Bill of Materials Option 1 through Option 8) exercised at the time of award. All Bill of Material Line Items and Option Line Items specify Brand Name - Exact Match requirements. By checking this term, the vendor certifies that the Brand Name product has been offered and priced exactly as specified. Contact Clientservices@Fedbid.com or call 877-933-3234 to address any registration, administrative and non-bid questions and comments. Failure to comply with the Auction Terms may result in a rejection of a bid for being non-responsive. The following FAR clauses and provisions, which may be accessed electronically at www.acqnet.gov/far, are incorporated by reference: 52.202-1, 52.203-5, 52.203-7, 52.204-7, 52.211-5, 52.212-1, 52.212.3, 52.212.4, 52.216-24, 52.216-25, 52.223-13, 52.223-14, 52.225-13, 52.232-1, 52.233-2, 52.233-3, 52.233-4, 52.243-1, 52.244-6, 52.246-2, 52.246-16, and 52.247-34. The following GSAM clauses and provisions, which may be accessed electronically at www.acqnet.gov/gsam, are incorporated by reference: 552.203-71, 552.209-70, 552.212-72, 552.233-70, and 552.232-78. Due to the document's size, FAR 52.212-5 (Feb 2006), GSAM 552.212-71 (Jul 2003), and DFARS 252.212-7001 (Feb 2006) are reproduced in the document titled "Auction Commercial Items Provisions and Clauses," which can be found in the attachments, below. OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEMS: The Government may require the delivery of Line Items Option 2 through Option 8, identified in the Bill of Materials as option items, in the quantity stated or at a lesser quantity. The Contracting Officer may exercise the option by written notice to the Contractor at the time of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Evaluation of the option(s) will not obligate the Government to exercise the option(s). Each and every shipping label and package must have the following information clearly visible: ATTN: ANN TODD, DKTS06KE002H.
 
Web Link
www.fedbid.com (a-25320, n-2046)
(http://www.fedbid.com)
 
Place of Performance
Address: Suffolk, VA 23435
Zip Code: 23435
Country: US
 
Record
SN00998316-W 20060304/060302213051 (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  © 1994-2020, Loren Data Corp.