Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
SOLICITATION NOTICE

70 -- Dell Latitudes

Notice Date
3/13/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-838012
 
Response Due
3/17/2008
 
Archive Date
9/13/2008
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019-838012. 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. 63780. 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 2008-03-17 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20037 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Dell Latitude D830 with Intel Core with the following specifications: Base Unit: Latitude D830, Intel Core 2 Duo T7700, 2.40GHz, 800Mhz 4M L2 Cache, Dual Core (222-7945) Processor: 15.4 inch Wide Screen WXGA LCD for Latitude D830 (320-5299) Memory: 2.0GB, DDR2-667 SDRAM, 2 DIMM for Dell Latitude Notebooks (311-5687) Keyboard: Internal English Keyboard for Latitude Notebooks (310-8713) Video Card: Intel Integrated Graphics Media Accelerator X3100 Latitude D830 (320-5304) Hard Drive: 80GB Free Fall Sensor Hard Drive 9.5MM, 7200RPM,Latitude (341-6439) Hard Drive Controller: Standard Touchpad for LatitudeD830 (310-8796) Floppy Disk Drive: No Floppy Drive for Latitude D-Family Notebooks (340-8854) Operating System: Windows XP Professional, SP2 with media, for Latitude English, Factory Installed (420-4790) TBU: 90W AC Adapter for Latitude D-Family, Factory Tied (310-7956) CD-ROM or DVD-ROM Drive: 8X DVD+/-RW w/ Roxio Creator and Cyberlink. Latitude DX20 (313-5044) Processor Cable: Dell Wireless 1395 WLAN (802.11g,54Mbps) Mini Card Latitude (430-2799) Factory Installed Software: No Resource CD for Dell Optiplex,Precision and Latitude Systems (313-3673) Feature 9-Cell/85 WHr Primary Battery for Latitude D830 (312-0536) Service: CompleteCare Accidental DamageSvc, Lat, 3Yr , 1-800-624-9896 (980-1499) Service: Contract - Next Business Day Parts and Labor On-Site Response, 2YR Extended (982-3762) Service: Contract - Next Business Day Parts and Labor On-Site Response, Initial Year (982-7280) Service: PUB, Lat Stand 3YR (983-6668) Service: Dell Hardware Warranty, Extended Year(s) (986-7838) Service: Dell Hardware Warranty, Initial Year (986-7847) Service: GOLD TECH Support,LAT,INIT (REL), Dial 1-866-876-3355 for Support (987-1169) Service: GOLD TECH Support,LAT,2YR EXT (REL), Dial 1-866-876-3355 for Support (987-1277) Installation: Standard On-Site Installation Declined (900-9987) Service One: Keep Your Hard Drive, 3 Year (984-1952) Misc: Readyware Installation Fee (365-1234) Misc: US - System Documentation Power Cord, Latitude D830 (310-9147) , 70, EA; LI 002, Lexar - USB flash drive - 2GB Part #A0950193, 70, EA; LI 003, Dell Case logic carry bag (Part # A0249739), 70, EA; LI 004, Laptop Wireless Mouse (Part # A0375244), 70, 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) or to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICES. SHIPPING DOCUMENTS WILL CLEARLY 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. 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) 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. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Embassy Baghdad via IRM/BPC/CST office. This Justification and Approval (J&A) on a brand name only basis is for the use of DELL laptop computers. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. Embassy Baghdad has identified the Dell laptop computers as a key component of the DoD networking system. This equipment is reliable and expendable supply is available. It is also supportable by on-site staff. The purchase is for DoS staff working in a DoD forward base. This purchase is authorized by a formal MOA between COM and DoD. As this is a brand name only justification, any substitution would impact operations by causing the Embassy to spend more money on training, parts, and equipment inventory. It would also require reengineering of Defense networks to support non-standard equipment. In the Iraq ware environment, it is essential to maintain compatible systems. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: The requirement will be competed as the IT community responds to price requests on FedBid. The equipment selection is based on four years of use in a very harsh environment. Other printer brands have been used and they fail quickly or do not meet common infrastructure needs.
 
Web Link
www.fedbid.com (b-63780, n-11015)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20037
Zip Code: 20037
Country: US
 
Record
SN01531698-W 20080315/080313223650 (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.