Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

70 -- RECOVERY - GITM BPA - Monitors

Notice Date
9/16/2009
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Fort Meyer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
101993C006
 
Response Due
9/16/2009
 
Archive Date
3/15/2010
 
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
Bids are being solicited under solicitation number 101993C006. 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. 161026. GITM Monitor BPA: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract 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 contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. 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 2009-09-16 18:00:00.0 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, Purchase Description Determined by Line Item, to the following: LI 001, Equipment specifications are as follows: Samsung 943BT-TAA. - GITM 19-inch Color Monitors: 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. Companies are not allowed to deviate from the specifications., 191, 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. 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 GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") This procurement action is being funded with supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is the intention of the Department of State to issue a bilateral contract resulting from this solicitation, which, in addition to other contract clauses, will incorporate commercial contract clauses specific to ARRA procurements. Contract clauses will include: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Alternate II May 2009), 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar 2009). Sellers must provide their GITM Monitor BPA Contract Number to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101993C006/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN01957785-W 20090918/090917001340-194dcc44ec1af25571eeb95cd762f385 (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.