Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
MODIFICATION

70 -- HP PC and Accessories

Notice Date
7/26/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045747072
 
Response Due
7/27/2007
 
Archive Date
1/23/2008
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1045747072. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 43833_02. 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 2007-07-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Exact Match Only, to the following: LI 001, HP Compaq Business Desktop dc7700 - Core 2 Duo E6300 1.86 GHz SFF - 1 x Core 2 Duo E6300 / 1.86 GHz - RAM 2 GB - HD 1 x 80 GB - DVD - Gigabit Ethernet - Win XP Pro - Intel vPro Technology - Monitor : none MFG#: RW141AW **LINE ITEMS 002 & 003 MUST BE INTEGRATED WITH LINE ITEM 001 PRIOR TO SHIPMENT. ADD INTEGRATION/CONFIGURATION CHARGE TO UNIT PRICE OF LINE ITEM 001, 700, EA; LI 002, Startech LP4 to 2 SATA Internal Power PN: A565919, 700, EA; LI 003, Unibrain Firewire Card PN: UNN-1203, 700, 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. 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. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. 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 Hewlett Packard authorized channels for new equipment Federal sales. D) Full Hewlett Packard warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. MUST BID HP BRAND, PER PART # ONLY. NO COMPATIBLES, NO SUBSTITUTIONS, NO LIKE MFR ITEMS PERMITTED. CA/CST has identified the HP DC7700 SFF Workstation as a key component for overseas Consular windows, interviewing booths and staff offices. The HP DC7700 SFF Workstation was selected for this purpose because of the results obtained by Creative Information Technology, Inc. to replace a like number of older PCs used overseas in Consular interviewing booths and staff offices. The HP DC7700 SFF Workstation is a small form factor workstation that fully meets Consular needs, and was selected for the following reasons: 1) The HP dc7700 SFF workstation features the Intel Core 2 Duo dual-core processor. Dual core processors can deliver a substantial performance increase over single-core processors for multi-threaded applications, multi-tasking environments, or demanding single-threaded applications, allowing the user to work with noticeably quicker results. The tool-less access chassis design of the workstation is efficient, open, quiet, and easy to maintain, service, and upgrade. The dc7700 SFF workstation can be customized to fit CST requirements. 2) The HP dc7700 SFF workstation complies with CA?s baseline standard for desktop PCs and is fully compatible with the Consular HW and SW environments. The following Consular Affairs overseas applications were tested for functionality: Hardware: ? Fujitsu fi-4220C document scanner (USB) ? Gryphon D220 barcode scanner (USB) ? Hewlett-Packard Business Inkjet 1100d printer (USB) ? NEC Multisync LCD (liquid crystal display) 1760V monitor ? PKI (public key infrastructure) (USB) ? Smiths Heimann Biometrics ACCO 1394 single fingerprint scanner (FireWire) ? Cross Match L SCAN Guardian fingerprint scanner ? Identix TouchPrint Enhanced Definition 4100 fingerprint scanner ? Dell UltraSharp 1905FP (flat panel) monitor Software: ? ACRS (Automated Cash Register System), version 07.00.02 ? ACS (American Citizen Services) Plus, version 1.02.01 ? CST (Consular Shared Tables), version 04.01.00 ? CST_PWD (Consular Shared Tables ? Password) version 01.02.00 ? INK (Independent Name Check), version 01.02.02 ? IV (Immigrant Visa), version 04.03.00 ? NIV (Nonimmigrant Visa System), version 04.04.00 COTS Software: ? Adobe Acrobat Reader 7.0 ? Microsoft Internet Explorer 6.0, Service Pack 2 (SP2) ? Microsoft Office 2003 Professional, Service Release 2 (SR2) ? Norton AntiVirus Corporate Edition, version 10.0.2.2021 ? Oracle Client 9i ? WinZip 9.0 In summation, CA/CST believes that the Department?s best interests will be served if the HP dc7700 SFF workstation is procured at this time. 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. The HP DC7700 SFF Workstation has undergone test and assessment, evaluation for overseas deployments and received final approval from the Department of State Consular Affairs Configuration Control Board **LINE ITEMS 002 & 003 MUST BE INTEGRATED WITH LINE ITEM 001 PRIOR TO SHIPMENT. ADD INTEGRATION/CONFIGURATION CHARGE TO UNIT PRICE OF LINE ITEM 001 The part number in line item #2 has been changed.
 
Web Link
www.fedbid.com (b-43833_02, n-6650)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01353082-W 20070728/070726220731 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.