Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
MODIFICATION

70 -- RECOVERY - Monitors

Notice Date
6/8/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Fort Meyer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
101993C001A_02
 
Response Due
6/8/2009
 
Archive Date
12/5/2009
 
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
CANCELLATION NOTICE: Bids are being solicited under solicitation number 101993C001A_02. 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. 127127_03. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. 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 2009-06-08 14:00:00.0 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, Brand Name or Equal, to the following: LI 001, GITM 19-inch Color Monitors. ***DELIVERY INSTRUCTIONS: MUST BE DELIVERED WITHIN 14 DAYS; DELIVERY DATE ON OR BEFORE JUNE 19, 2009. *** All cords, cables, adapters, and software must be packed in the same container as the monitor. EPEAT Certification Silver or better Size 19 inch Type Flat Panel Display, TFT active matrix LCD Pixel Pitch (H/V).294mm Resolution 1280 X 1024 (or better) Contrast Ratio 800:1 (or better) Response Time 8ms (Black to White) Display Color 16.7 million (or better) Interface Must have SVGA and DVI connections; must supply cabling to support both interfaces. Audio: ***Absolutely NO speakers or audio devices allowed inside of the unit***; external, detachable speakers are permitted Monitor Stand Pan & Tilt (or better) Power 110/220V 50/60 Hz auto-sensing and auto-switching power supply EPA Energy Star compliant; Height adjustable stand preferred; FCC Class B certified; UL/CE certified; Power Cord NEMA 5-15 Warranty 3 year world-wide coverage including parts and labor; extended warranty support shall be available as a separately orderable option. Operates under MS Windows Vista Business (32-bit), MS Windows XP Pro, and MS Windows Server 2003; Miscellaneous No additional I/O ports except video (USB, firewire, etc); no defective pixels (Hot Pixels, Dead Pixels, or Stuck Pixels) upon delivery; must conform to ISO 13406-2(class 1 preferred; class 2 minimum) Conformance TAA compliant., 300, EA; LI 002, GITM 19-inch Color Monitors. ***DELIVERY INSTRUCTIONS: MUST BE DELIVERED WITHIN 30 DAYS; DELIVERY DATE ON OR BEFORE JULY 10, 2009.*** All cords, cables, adapters, and software must be packed in the same container as the monitor. EPEAT Certification Silver or better Size 19 inch Type Flat Panel Display, TFT active matrix LCD Pixel Pitch (H/V).294mm Resolution 1280 X 1024 (or better) Contrast Ratio 800:1 (or better) Response Time 8ms (Black to White) Display Color 16.7 million (or better) Interface Must have SVGA and DVI connections; must supply cabling to support both interfaces. Audio: ***Absolutely NO speakers or audio devices allowed inside of the unit***; external, detachable speakers are permitted Monitor Stand Pan & Tilt (or better) Power 110/220V 50/60 Hz auto-sensing and auto-switching power supply EPA Energy Star compliant; Height adjustable stand preferred; FCC Class B certified; UL/CE certified; Power Cord NEMA 5-15 Warranty 3 year world-wide coverage including parts and labor; extended warranty support shall be available as a separately orderable option. Operates under MS Windows Vista Business (32-bit), MS Windows XP Pro, and MS Windows Server 2003; Miscellaneous No additional I/O ports except video (USB, firewire, etc); no defective pixels (Hot Pixels, Dead Pixels, or Stuck Pixels) upon delivery; must conform to ISO 13406-2(class 1 preferred; class 2 minimum) Conformance TAA compliant., 600, 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (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 Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. eScore vendor configuration (see attached document) for the following is required prior to receipt of equipment: Line item 1 GITM Monitors Line item 2 - GITM-U 4GB Memory Desktops - Line Item Comments: E-SCORE: At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. The E-Score Master may be obtained by calling Dawn Cavallo at (703-970-2117). Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred. Extended purchase requirement (specifications and requirements attached) for a period of 180-days after award. - Line Item Comments: Contactor will provide a mechanism (i.e., coupon number and a point of contact), that will facilitate additional one-off orders made directly from Department of State (DoS) offices for the same equipment and at the same price for a 180- day period beyond initial award date. Configuration must be deliverable through April 2010 calendar year Upon request, vendor must deliver 1% of original quantity within 72 hours at no additional cost to the Department of State. Additional orders must comply with the technical specifications defined in this award.. The potential maximum number of additional orders shall not exceed 50% of the initial procurement. All warranty, delivery schedule, storage, marking, labeling, palletization, shipping, and e-Score requirements as described in original award apply. Delivery to specified by the DoS Entity. Contractor shall provide GITM with a report after 90 days (10 working days to deliver) post award and again after the 180 day time period (10 working days to deliver). The reports shall detail all equipment purchased and include the following: Office or DoS entity, date of procurement, destination, and quantity. Weight is a consideration for all items due to government shipping related costs. Shipping hours are 7:00 AM 3:00 PM, Monday thru Wednesday Driver must call Robert Hall (703-970-2123) for Dock Appointment prior to delivery of shipment. Shipments without Dock appointments may be refused at the door. Obligation number (1019-number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Purchase Order Number (1019-number) Packing slips/Bill of Lading must contain pallet and box count. Shipping Address: o U.S. Department of State o c/o ManTech o 8020 Grainger Ct., Springfield, VA 22153 Software licenses and key codes to sent to Dawn Cavallo at CavalloDM@state.gov (703-970-2117) via email (including 1019-number in subject line). Pallet height not to exceed 62-inches. Wrapped pallet dimensions: 40x48x62 All pallets must be marked with the requisition order number (1019-number)entry. Pallet size should be 40" X 48" with 48" being the stringer length. All boxes and containers must be clearly marked with the requisition reference number found in Block 4, of DoS Form 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 a major component, shipping documents must account for the individual items shipped within the major component. Requisition Number (1019-number) must be clearly printed on all boxes Part number with barcode must be clearly printed on container Serial number with barcode must be clear printed on container (if applicable) If equipment is modified, a new Part Number must be assigned and bar-coded on the container. If equipment is modified, the original Part Number and barcode should not be covered on the container. If a new Serial Number is assigned, it must be bar-coded on the container The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. Items received must adhere to the configuration as submitted and approved by the PMA Lab. PMA Lab configuration control numbers for approved configurations will be assigned. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department of State and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. GITM does NOT allow use of third party components in configurations. Random QA will be performed. If it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the Department of State. The infraction will be recorded in the Vendor s Performance file. World wide manufacturer warranty for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 3 business days of notification Repaired units must be returned to GITM within 30 days. 120-Day Lead-time for retuning a defective item from post. If award is made to a value-add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. Vendor will provide a written escalation process upon award to include the following information: Sales Contacts: both Field and inside Sales Management ContactsCustomer Service Representative Warranty Liaison Representative Integration Representative Please provide name, phone, email, and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. A) 300 OF THE MONITORS MUST BE DELIVERED WITHIN 14 DAYS; DELIVERY DATE ON OR BEFORE JUNE 19, 2009. B)Remaining 600 monitors MUST BE DELIVERED IN 30 DAYS; DELIVERY DATE ON OR BEFORE JULY 10, 2009. See attached for full document. Limited Sources Justification and Approval: Equipment Standardization Intent: 1. I recommend approval for the Department of State to standardize equipment in support of the Bureau of Information Resource Management, Global IT Modernization Program (IRM/OPS/ITI/GITM). The estimated cost is $8 - $10 million a year. 2. GITM deploys equipment and support service worldwide and requires standardization of the equipment below in order to provide consistency and interchangeability of parts throughout the duration of the contract period. This ensures maintainability of system configurations and alleviates equipment conflicts and disruption to post operations. Description of Equipment Desktops Storage Printers UPS (Uninterruptable Power Supply) Monitors Thin Clients Servers & Accessories. 1. The authority for brand name only and limited sources justification (standardization) is permitted IAW FAR 8.405-6(b) (2); new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures 2. It is the governments intent to compete the initial order(s) amongst all Federal Schedule holders stating our intent to establish one or more BPAs based on the award. Equipment will be standardized based on the initial award and all subsequent orders will be restricted to items derived from the original delivery order. Equipment will be peculiar to one manufacturer (e.g., a particular brand name, product, or a feature of a product, peculiar to one manufacturer).The manufacturer/equipment recommended for standardization will be based on the initial award. Requirement will be competed amongst all federal schedule holders via FedBid and the decision will be based on lowest price technically acceptable (LPTA). Standardized equipment will be based on the equipment submitted by the awardee. A notification will be posted on FedBizzOps and an attachment will accompany the RFQ announcing our intent to standardize equipment and establish BPAs based on the award. Absolutely no speakers or audio devices allowed inside of the unit; external, detachable speakers are permitted. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (http://www.recovery.gov) 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2009) (Alternate II Mar 2009) 52.214-26 Audit and Records-Sealed Bidding (Mar 2009) BIDS THAT DO NOT BEE THE DELIVERY TERMS WILL NOT BE CONSIDERED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101993C001A_02/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153<br />
Zip Code: 22153<br />
 
Record
SN01838208-W 20090610/090608234351-93ed0a84f2fed426fc80f99e92744966 (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.