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
MODIFICATION

70 -- **URGENT** BGAN Equipment, Laptops, and Accessories

Notice Date
3/13/2008
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Meyer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019-832072
 
Response Due
3/14/2008
 
Archive Date
9/10/2008
 
Point of Contact
Name: Felicia Goudy, Title: Contract Specialist, Phone: 7038755202, Fax:
 
E-Mail Address
goudyfd@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-832072 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-14 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22150 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Explorer 500 Inmarsat Bgan Terminal: Includes Ethernet Cable 2m; Power Cable; USB Cable 1.8m USBA/Mini USB B; Battery Pack;Getting Started CD, w/ drivers etc; AC/DC Adapter 15V, 50W; Minimum shared bandwidth of 448kHz/464kHz, and all devices or cables necessary for the terminal to function properly. , 16, EA; LI 002, T7T 500 CAR CHARGER for BGAN/line 1, 16, EA; LI 003, BGAN CARRYING CASE for BGAN/line 1, 16, EA; LI 004, T7T 500 SPARE BATTERY for BGAN/line 1, 16, EA; LI 005, AIR TIME: Fully hosted solution, including but not limited to teleport services, tier 1 and tier 2 support, internet connectivity, and PSTN. Require a minimum of 30 minutes voice and 100Mbps of data per month for testing and training. SIM airtime usage statistics reports; via intergraded software or teleport monitoring. NOTE: Please bid entire LOT price for 12 months X 16 airtime plans, including 16 pre-paid SIM cards and 16 activation charges. , 1, LOT; LI 006, 300 WATT PORTABLE SOLAR POWER KIT for ToughBook/line 7: (25 Watts) minimum to include a remote battery backup (minimum 300 Watts) , 16, EA; LI 007, Panasonic ToughBook CF-52 LAPTOP, INTEL CORE 2 DUO PROCESSOR T7300, 4MB L2 CACHE, PROCESSOR SPEED 2.0GHZ, 800MHZ FSB, INTEL CORE DUO PROCESSOR T7100, 2MB L2 CACHE, PROCESSOR SPEED 1.8GHZ, 800MHZ FSB, T7300:1GB SDRAM(DDR)STANDARD EXPANDABLE TO 4GB, T300:120GB HARD DRIVE(SHOCK-MOUNTED& EASILY REMOVABLE, T7100:ANTI-GLARE,ANTIREFLECTIVE COATING FOR IMPROVED OUTDOOR VIEWABILITY, DVD MULTI DRIVE+/-R/RW WITH DOUBLE LAYER SUPPORT, INTERGRATED 3G WIRELESS WAN, 16, EA; LI 008, CAR CHARGER for ToughBook/line 7, 16, EA; LI 009, Dell Vostro 1500 LAPTOP, INTERCORE 2 DUO T7250 2.0GHZ 2M CACHE,800MHZ DUAL CORE, WINDOWS XP PRO SP2, 1.0GB DDR2-667 SDRAM, 1DIMM, 90 WATT AC ADAPTER, 24X CD-RW/DVD, CARRYING CASE, AIRLINE/AUTO/AC ADAPTER, 802 11A/G, 80GB HARD DRIVE, 5400RPM, MICROSOFT OFFICE PRO SMALL BUSINESS, WIRELESS LAN, 32, EA; LI 010, CAR CHARGER for laptop/line 9 (if not already included), 32, EA; LI 011, BLACK LAPTOP SLEEVE/Soft Storage case for laptop/line 9, 32, EA; LI 012, WIRELESS ROUTER Wireless router including any devices or cables necessary for the BGAN terminal to function properly and support users. Must be 802.11g compatible. , 16, EA; LI 013, 25 FOOT Standard RJ11 Ethernet CABLE, 16, EA; LI 014, ATT210BK TRIMLINE PHONE- LIGHT-WEIGHT, NO POWER OR BATTERY REQUIRED, ANALOG COTS Phone, 16, EA; LI 015, SOFT BACKPACK: Rugged backpack with a footprint that is able to carry/support lines 1 -through 14 above. , 48, 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FOB DESTINATION CONUS Reposted to clarify Airtime charges/Line Item 5.
 
Web Link
www.fedbid.com (b-63730_01, n-11013)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22150
Zip Code: 22150
Country: US
 
Record
SN01531703-W 20080315/080313223655 (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.