Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
MODIFICATION

70 -- HP & HYUNDAI (GSA SCHEDULE)

Notice Date
9/25/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-631736
 
Response Due
9/27/2006
 
Archive Date
3/26/2007
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: 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 1019-631736 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 05-09. 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 Wednesday, September 27, 2006 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, HP dc7600 desktop: EXTENDED SPECS: Form factor : Small or ultra-slim form factor (Smallest form factor preferred ) (Lightest weight preferred) -Intel Pentium 4 3.4GHz processor with: -Hyper-Threading -Enhanced Intel Speedstep -Intel Extended Memory 64 -Execute Disable Bit -2MB L2 cache -800MHz front side bus -Intel 945G chipset -1GB DDR2 SDRAM PC3200 400MHz -Must have at least one free DIMM slot available -Internal 60GB 7200 RPM HDD -Internal 48x/32x CD-RW & DVD-ROM optical drive -Embedded 10/100/1000BaseT Ethernet NIC -Must support Symantec Ghost (Solution Suite) NDIS drive based imaging technology -Must support PXE v2.0 -Must support IPv6 -Intel Graphics Media Accelerator 950 - (4) USB 2.0 (2-front and 2-rear) ports -(1) Parallel and (1) Serial ports -standard 104-key PS/2 Keyboard -2-Button Scroll Optical PS/2 Mouse -(2) PS/2 Ports, for (1) Keyboard and (1) Mouse, external adapters or cables are not allowed -Must be compatible with Raritan CS2-PENT KVM switch -200 watts 110/220V 50/60Hz auto-sensing and auto-switching AC power supply -Microsoft Windows XP Professional operating system -Must support Windows XP Professional operating system -3-year world-wide warranty. , 2354, EA; LI 002, HYUNDAI 19-INCH MONITOR, #B90D-K, 2354, EA; LI 003, At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred., 1, EA; For this solicitation, Department of State 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. Department of State 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 Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. New equipment ONLY, NO remanufactured products FOB DESTINATION CONUS Configuration must be deliverable through 2006 calendar year DELIVERY Upon award vendors must arrange for delivery within ten (10) days of award quantity two (2) of the awarded configuration to the PMA Lab for QA and Image Test. 13 WEIGHT Weight is a consideration for all items due to government shipping related costs. 14 SHIPPING INSTRUCTIONS Shipping hours are 7:00 AM - 3:00 PM, Monday thru Wednesday Driver must call Dan Gardner (703-929-9674) or Devon Martin 571-438-4173 for Dock Appointment prior to delivery of shipment. Shipments without Dock appointments will be refused at the door. The Purchase Order number must be clearly written on each box. A packing slip must be included with every shipment. BOXED UNIT LABELING AND PALLET REQUIREMENTS: * P/N with barcode on container *S/N with barcode on container *When equipment is modified, a new P/N must be assigned and bar-coded on the container. *When equipment is modified, the original S/N and barcode should not be covered on the container. If a new S/N is assigned, it must be bar-coded on the container. *Pallets must be wood, with standard 3-stringer construction, with 4-way entry. *Pallet size should be 40" X 48" with 48" being the stringer length. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via HP authorized channels for new equipment Federal sales. D) Full HP warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred. *The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. *No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. *Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. *Items received must adhere to the configuration as submitted and approved by the PMA Lab. *Vendors must deliver to the configuration as tested and approved. *Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. *GITM will NOT allow use of third party components in configurations. *Random QA will be performed. *IF it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the government. *The infraction will also be recorded in the Vendor?s Performance file. *Manufacturer warranty for parts and labor on all components. *Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. *Repaired units must be received within 30 days. *120-Day Lead-time for retuning a defective item from post. *IF award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. *Vendor will provide a written escalation process upon award to include the following information: *Sales Contacts: both Field and inside *Sales Management Contacts *Customer Support Reps and their Management to include: *Customer Service Representative *Warranty Liaison Representative *Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. ). This Justification and Approval (J&A) on a brand name basis is for the use of the Hewlett Packard dc7600 Small Form Factor Computer (see attached specifications) and Hyundai 19-inch (part number B90D-K). The use of a brand name description is essential to the Government?s requirements, for network security and compatibility, thereby precluding consideration of the products of another company.The GITM Program recommends a brand name procurement of the Hewlett Packard dc7600 Small Form Factor Computer (see attached specifications) and Hyundai 19? Monitor ? part number B90D-K. The Hewlett Packard dc7600 Small Form Factor computer (see attached specifications) and Hyundai 19-inch (part number B90D-K) have been identified as key components of the Department?s networking system. The desire to maintain continuity of computing manufacturers supports GITM?s ability to maintain a standard image for use in deploying desktops worldwide. The Hewlett Packard dc7600 is the same computer already purchased and deployed to GITM customers for the Unclass Network. Use of another brand will create the need for supporting multiple computing hardware needs as well as drive the creation and maintenance of additional computing images. This action will result in additional cost and significant time delays to the GITM program. To ensure compatibility with existing network components in the field, the equipment must be a Hewlett Packard dc7600 Small Form Factor Computer, (see attached specifications) and Hyundai 19-inch (part number B90D-K) units and provided by an authorized reseller of Hewlett Packard and Hyundai products. IRM/OPS/PMA has identified the Hewlett Packard dc7600 Small Form Factor Computer, (see attached specifications) and Hyundai 19-inch (part number B90A-K) as a key component of the Department?s networking system. Use of another brand will create the need for supporting multiple computing hardware needs as well as drive the creation and maintenance of additional computing images. This action will result in additional cost and significant time delays to the GITM program. The 41 USC 253(c) (1) and FAR 6.302-1 are cited at the statutory authority.As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. Hewlett Packard dc7600 Small Form Factor Computer, (see attached specifications) and Hyundai 19-inch (part number B90D-K). Use of another brand will create the need for supporting multiple computing hardware needs as well as drive the creation and maintenance of additional computing images. This action will result in additional cost and significant time delays to the GITM program. CHANGED PART # IN BRAND NAME JUSTIFICATION TO B90D-K FOR MONITOR.
 
Web Link
www.fedbid.com (b-33905_02, n-3923)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01153691-W 20060927/060925220317 (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.