Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
MODIFICATION

70 -- SYNOPSIS/SOLICIATION FOR 08-01 TAA COMPLIANT HARDWARE

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131, UNITED STATES
 
ZIP Code
64131
 
Solicitation Number
DKTD08RJ001H
 
Response Due
1/2/2008
 
Archive Date
1/17/2008
 
Point of Contact
Todd Tekesky, Contracting Specialist, Phone 816-926-1384, Fax 816-823-5993
 
E-Mail Address
todd.tekesky@gsa.gov
 
Description
General Services Administration, Federal Acquisition Service (FAS), Acquisition Services Division (6QZA) 1500 E. Bannister Road, Kansas City, MO, 64131, UNITED STATES Description: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) Subpart 12.6, as supplemented with additional information included in this notice and following the simplified acquisition procedures in FAR part 13.5. This announcement constitutes the only solicitation; proposals are being requested. This combined synopsis/solicitation will close on 02 Jan 2008 @ 4:00 PM EST. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. Solicitation number DKTD08RJ001H is being issued as a request for proposal (RFP). PLEASE CONTACT DEBRA BOUCHARD AT DEBRA.BOUCHARD@GSA.GOV TO REQUEST A BILL OF MATERIALS FOR THIS RFP. Any vendor proposing technically acceptable products will be evaluated. For vendors selected a one time order may be made to acquire up to 4 units from the same source or multiple sources for the purposes of testing and certification. Any proposals received after 02 Jan 2008 @ 4:00 PM EST will not be considered for award. This requirement is for the Defense Manpower Data Center, 400 Gigling Road, Seaside, CA 93955. This solicitation is a re-issue of project DJTD08RJ000H previously issued under e-Buy RFQ257908 for items for which acceptable/responsive proposals were received bids. The items required are IT related hardware equipment that includes various Brand Name laptops, servers, desktops, digital cameras, facial image capture software, fingerprint scanners, iris scanners, printers, licenses, card readers and other IT accessories and peripherals. The Bill of Materials contains the exact Brand Name products required under this solicitation. The government reserves the right to make award to more than one vendor and the right to delete or add additional equipment via amendments to the synopsis/solicitation. All long lead items (deliveries over 30 days) must be justified, explained in writing and accepted by the Government before any such order is placed. Please include all requirements on quotations. All CLINs must meet the specified Brand Name requirements. NOTE: This RFP is also being issued via e-Buy under RFQ # 257910 Point of Contact Todd Tekesky, Contract Specialist, Phone (816) 926-1384, Fax (816) 823-5993. EVALUATION CRITERIA: Vendors may propose on one, more than one, all or any combination of CLINS required under this solicitation. The evaluation of each CLIN proposed will be based on the following steps: Step 1 - Vendor proposals will be reviewed to determine if they are technically acceptable (meet the Brand Name requirements) Step 2 ? Proposals considered to be technically acceptable will be evaluated regarding their proposed delivery schedule and price (NOTE: Delivery schedule is equally important to price) Step 3 ? Vendors considered for award will be notified via ITSS (NOTEs: 1- All awards will be subject to the funds available for each CLIN; 2 - All vendors must be registered in ITSS and CCR to be considered for award). Example: Step 1 Step 2 Vendor A technically acceptable delivery and price acceptable Vendor B technically un-acceptable Vendor C technically acceptable price un-acceptable Vendor D technically acceptable delivery and price acceptable Vendor E technically acceptable delivery un-acceptable In the example above only Vendors A and D would be considered as potential for award (Step 3). The Government reserves the right to acquire anywhere from 0 to the number required from any vendor considered to be technically acceptable and having an acceptable delivery schedule for the price. SPECIAL INSTRUCTIONS: 1. The Shipping Address(es) and Delivery Instructions will be included at time of award and may require delivery to one or more of the following delivery addresses: EDS Lab: Electronic Data Systems ATTN: RAPIDS 1600 N. Beauregard St, Suite 100 Alexandria, VA 22311 POC: Provided at time of Award Telos Lab: Telos, Corp. 19886 Ashburn Road Ashburn, VA 20147 POC: Provided at time of Award DMDC-West Lab: DMDC 400 Gigling Road Seaside, CA 93955 POC: Provided at time of Award 2. The Contractor is required to SPECIFY if they are offering OPEN MARKET or SCHEDULE pricing (to include reasonable shipping charges, if any) FOR EACH CLIN, in U.S. dollars. For CLINs being offered under GSA Schedule, the GSA Schedule number and schedule CLIN number are to be provided. Shipping is f.o.b. destination. Vendors are required to provide estimated date of delivery after receipt of order (ARO) (DELIVERY TIME IS A PART OF THE EVALUATION). 3. QUESTIONS. Questions regarding this RFP should be addressed via e-mail to Todd Tekesky, via email todd.tekesky@gsa.gov and Debra Bouchard, via email debra.bouchard@gsa.gov and Gale Ross, via e-mail gale.ross@gsa.gov no later than 31 Dec 2007, 4:00 PM EST to be considered and answered prior to the schedule due date for proposals. 4. Proposals are due by 02 Jan 2008 @ 4:00 PM EST. Proposals must be on company letterhead and submitted by E-MAIL to the Contracting Officer Mr. Todd Tekesky at todd.tekesky@gsa.gov and DMDC Project Manager Ms. Debra Bouchard at debra.bouchard@gsa.gov or submitted electronically through e-Buy. 5. Offerors must have completed the Business Partner Network information required in Online Representations and Certifications Application (ORCA) to comply with FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The website is http://orca.bpn.gov. 6. Please update your ITSS registration. Only those contractors registered in GSA?s IT Solutions Shop (ITSS) Integrated System are eligible for award. Registration information is located at http://it-solutions.gsa.gov. Registration Technical Support is available at 877-243-2889, option 2. ITSS registration information and CCR must match. 7. Inquiries regarding the combined synopsis solicitation will only be accepted via e-mail. Please contact the Contracting Officer, Todd Tekesky, via email todd.tekesky@gsa.gov and Debra Bouchard, via email debra.bouchard@gsa.gov and Gale Ross, via e-mail gale.ross@gsa.gov 8. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. 9. The GSA Region 6 Final Invoice and Release of Claims Procedure is as follows: (a) Unless otherwise specified, original invoices shall be submitted to the designated billing address in block 18a of the order and posted in ITSS. In addition to invoice requirements already specified, one additional invoice is to be submitted to the designated Project Manager as designated by the task or order. The following information must be included on the invoice: (1) Name of the business concern and invoice date. The remit to address must correspond to the payment address in the contract; (2) Contract number; and (3) Delivery order number, if applicable, or other authorization for delivery of property or services. (b) The Project?s Requisition/Accounting Control Transaction (ACT) number, (to be provided at time of award), must appear on the face of the Invoice. (c) Final Payment. The Government shall pay the amount due the Contractor under this contract after-- (1) Completion and acceptance of invoiced work; (2) Presentation of a properly executed voucher NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/FTS/ASD6TSA/DKTD08RJ001H/listing.html)
 
Place of Performance
Address: SEE SCHEDULE DMDC 400 Gigling Road Seaside, CA
Zip Code: 93955
Country: UNITED STATES
 
Record
SN01474749-F 20071222/071220233419 (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.