Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

70 -- PRECISE 200MC

Notice Date
9/25/2007
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019-732484
 
Response Due
9/25/2007
 
Archive Date
3/23/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 1019-732484. 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. 52217_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 2007-09-25 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20547 The Department of State requires the following items, Exact Match Only, to the following: LI 001, 001 #DC 010106: Precise 200MC (combined fingerprint and smart card reader, USB-interface) , 137, 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. FOB DESTINATION CONUS Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. 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 Office of Acquisition Management (LMIAQM), Department of State, is processing this acquisition at the request ofthe Systems Integrity Division. This Justification and Approval (J&A) is for procurement of Precise Biometrics' Biometric and Smart Card Readers on a brand name only basis. Precise Biometric 200MC Biometric and Smart Card Readers for continued use in support of the Department's PKl program.The State Department PKl program uses Precise Biometrics' Precise 200 MC hardware (smartcard and biometrics fingerprint readers). Precise certified biometric readers are part of a PKI system, which consists of Entrust software suite, SafeNet smart cards, SafeNet Cryptographic Interface Provider (CIP) middleware, and Precise readers. Interoperability of the components is essential to a functional system; components not certified by Precise may prove non-functional in this configuration. As such, there is no guarantee that other readers will support the PKIlBLADE configuration.IRM/OPS/ITI/SI requires Precise 100MCreaders to be procured on a brand name only basis. Therefore, 41 USC 253(c)(1), Only one responsible source and no other supplies will satisfy agency requirements, implemented by Federal Acquisition Regulation (FAR) Part 6.302-1 (c), is cited at the statutory authority.Precise will only provide support for products purchased from Precise authorized resellers. If there are support issues on products not purchased through these resellers, they will defer to the supplier of the product. Safenet packages the correct, certified drivers as part of the standard CIP middleware. This is a product that the US Department of State currently has installed. Installation of different software versions may have the following issues:1. Non-compliance with DoS approved desktop software configurations 2. The Precise 200 MC has multiple versions firmware and thus multiple drivers. Interoperability cannot be guaranteed, nor will a single supplier support it. 3. Support for functional enhancements made to the system, as part of BLADE or future modifications cannot be guaranteed to be supported.Since Precise is the manufacturer and only provider that can upgrade, update, patch, and replace defective readers with identical technical specification to those currently installed, Precise Biometrics is the sole source.
 
Web Link
www.fedbid.com (b-52217_01, n-9078)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20547
Zip Code: 20547
Country: US
 
Record
SN01420025-W 20070927/070925223430 (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.