Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2007 FBO #1866
SOURCES SOUGHT

70 -- PATCH CHORDS AND PANELS (GSA SCHEDULE)

Notice Date
1/3/2007
 
Notice Type
Sources Sought
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-731833
 
Response Due
1/5/2007
 
Archive Date
7/4/2007
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice, which constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-731833 and is issued as a request for quotation (RFQ). If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this sources sought notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 36047_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted 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 2007-01-05 11:00:00.0 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, Purchase Description Determined by Line Item, to the following: LI 001, #CAT-5EABGY-020, 20-FOOT CAT-5E PATCH CORD, STRAIGHT THROUGH GRAY, 1006, EA; LI 002, #PC-2A-LCCLCC- 002, 2-METER, LC-TO-LC DUPLEX FIBER PATCH CORD 62.5, 180, EA; LI 003, #PC-2A-MTCSCC- 002, 2-METER, MTRJ-TO-SC DUPLEX FIBER PATCH CORD 62.5, 1597, EA; LI 004, #PC-2A-MTCSCC- 001, 1-METER, MTRJ-TO-SC DUPLEX FIBER PATCH CORD 62.5, 250, EA; LI 005, #PC-2A-MTCSCC- 003, 3-METER, MTRJ-TO-SC DUPLEX FIBER PATCH CORD 62.5, 600, EA; LI 006, #CAT-5CABRD-003, 3-FOOT CAT-5E PATCH CORD, CROSS OVER RED, 476, EA; LI 007, #PC-2A-SCCSCC- 005, 5-METER, SC-TO-SC DUPLEX FIBER PATCH CORD 62.5, 306, EA; LI 008, (BRAND NAME ONLY, THIS LINE ITEM. NO SUBSTITUTIONS ACCEPTED PER BRAND NAME JUSTIFICATION!!) #CCH-02U, CORNING 4 POSITION RACK MOUNT FIBER OPTIC ENCLOSURE, 34, EA; LI 009, (BRAND NAME ONLY, THIS LINE ITEM. NO SUBSTITUTIONS ACCEPTED PER BRAND NAME JUSTIFICATION!!) #WCH-04P, WALL MOUNT FIBER OPTIC PATCH PANEL, 24-96, 40, EA; LI 010, (BRAND NAME ONLY, THIS LINE ITEM. NO SUBSTITUTIONS ACCEPTED PER BRAND NAME JUSTIFICATION!!) #CCH-CP12-91, CORNING PANEL W/6 MM DUPLEX SC SLVS, 424, EA; LI 011, SHIPPING (IF APPLICABLE), 1, LOT; 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS 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 Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. NEW ONLY. NO REFURBISHED. NO RECONDITIONED ITEMS ARE ACCEPTABLE. FOR LINE ITEMS 008, 009 & 010: NO SUBSTITUTIONS. BRAND NAME ONLY PER PART #, MANUFACTURER AND SPECIFICATIONS: The GITM Program recommends a brand name procurement of the Corning equipment listed below: LINE ITEM 008 (CCH-02U) Corning 4 Position Rack Mount Fiber Optic Enclosure. / LINE ITEM 009 (WCH-04P)Corning Wall Mount Fiber Optic Patch Panel. / LINE ITEM 010 (CCH-CP12-91)Corning 6-Port Patch Panel. / The Corning Patch Panels have been identified as a key component of the Department?s networking system. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the classified and unclassified network. To ensure compatibility with existing network components in the field, the items listed must be Corning Patch Panels and provided by a Corning, reseller. The Corning Patch Panels have been identified as a key component of the Department?s networking system. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the classified and unclassified network. To ensure compatibility with existing network components in the field, the items listed must be Corning Patch Panels and provided by a Corning, reseller. IRM/OPS/PMA has identified the Belkin Cables, Cybernetics/HP Tape Drives, APC UPS, Corning Patch Panels, International Configuration Adapter Plugs, and Cisco Connector as a key component of the Department?s networking system. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the classified and unclassified network. Per FAR 8.405-6 (e) (1), this acquisition is conducted under the authority of the Multiple Award Schedule Program.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. 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. *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. FOR LINE ITEMS 008,009 & 010 *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.
 
Web Link
www.fedbid.com (b-36047_01, n-4879)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01204561-W 20070105/070103220118 (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.