Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
MODIFICATION

70 -- PARAGON EQUIPMENT (GSA SCHEDULE)

Notice Date
8/22/2007
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019-723118
 
Response Due
7/30/2007
 
Archive Date
1/26/2008
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 1019-723118. 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. 43810_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 2007-07-30 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, Exact Match Only, to the following: LI 001, 16-User, 64-Port Paragon II #P2-UMT1664M , 1, EA; LI 002, 0-User, 64-Port Paragon II Stackable P2-#UMT1664S , 1, EA; LI 003, Bulk Pack of 64 PS2 CIM's #P2CIM-APS2-64PAC , 1, EA; LI 004, Computer Interface Module #P2CIM-APS2 , 4, EA; LI 005, IP Enabled User Station - 1 Remote #P2-USTIP1 , 1, EA; LI 006, Paragon II Enhanced User Station #P2-EUST , 5, 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission 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 The vendor may not substitute any item listed on this order with out prior, written approval from the USDOS Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specification of this RFQ. Items that do not confirm to descriptions and part numbers found in this RFQ will be rejec 0044 ted at the time of delivery causing a return at the vendors expense. 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 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. The IRM/OPS/ENM is requesting the acquisition of KVM solution for use in the ITCCB and PMT lab facilities. 1. Users can choose any of the two types of user stations while connecting to the Paragon II; the switch simultaneously operates with the Enhanced User Station (P2-EUST) and the User Station with integrated IP access (P2-USTIP). The P2-USTIP provides users with remote access to their Paragon II-connected servers or IT devices. 2. Computer Interface Modules (CIMs), with keep-alive technology, allow users to add, remove and hot-swap components without interruption to the live servers. CIMs are available in USB, Sun, PS/2 and Serial for support of various servers and devices in your data center. The CIM takes the server's keyboard, monitor and mouse ports and connects them to Paragon II with a single Cat5 cable. It also enables extended distances of up to 1,000 feet from the main switching unit to a CIM 1. Paragon II provides 16 users unblocked access to connected servers using the regular User Station or the Enhanced User Station. 2. Highly scalable architecture. Paragon II switches architecture allows up to 10,000 attached devices to be connected in a single logical deployment.
 
Web Link
www.fedbid.com (b-43810_01, n-7390)
(http://www.fedbid.com)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01380932-W 20070824/070822220831 (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.