Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOLICITATION NOTICE

70 -- RECOVERY--70--RECOVERY - Thin Clients - 2GB Flash

Notice Date
1/7/2010
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
101903C001
 
Response Due
1/11/2010
 
Archive Date
7/10/2010
 
Point of Contact
Name: Steven Haines, Title: Contract Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 101903C001. 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. 171593. 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 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 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 2010-01-11 12:00:00.0 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, Thin Client, 2GB Flash RAM, Brand Name or Equal to: WYSE model R90LEW. MUST MEET THESALIENT CHARACTERISTICS, see attachment. NOTE: At the time their bid issubmitted, vendors are required to complete the Vendor Configuration Spreadsheet (seesolicitation attachment, Excel format). This spreadsheet will be used, in conjunction withother bid information, to evaluate the technical specifications being offered. Allapplicable configuration cells must be completed by the vendor; all vendor data cellsmust be unhidden, unlocked, and not write-protected; and Vendor ConfigurationSpreadsheet must be submitted in Microsoft Excel format. Government data cells(requested specifications) may not be altered by the vendor. Vendor alteration ofGovernment data cells (requested specifications) may result in a non-responsive bid andremoval from award consideration. Each Offeror must provide this required VendorConfiguration Spreadsheet by email to hainessg@state.gov so that it is received at thatelectronic address no later than the closing date and time for this solicitation. Failure todeliver the Vendor Configuration Spreadsheet prior to the closing date and time for thissolicitation will result in a non-responsive bid and removal from award consideration. The Department of State is not responsible for locating or obtaining any information notidentified in the offer and accompanying Vendor Configuration Spreadsheet. Submissionof incomplete configuration data will result in a non-responsive bid and removal fromaward consideration. The Vendor Configuration Master Spreadsheet may also beobtained by contacting Steven Haines at hainessg@state.gov., 16, EA; LI 002, 3 Year extended world-wide warranty for thin client requested in line item 001, 16, EA; LI 003, eScore vendor configuration (see attached document) for the following is required priorto receipt of equipment: Line item 1 - GITM-U Thin Client 2GB. E-SCORE INSRUCTIONS: Vendor is required to complete the attached E-Score Spreadsheet (in the Government-Supplied Microsoft Excel format and version), including all requested and applicable configuration data. This spreadsheet will be used to populate the Departments E-ScoreDatabase. The E-Score Master Spreadsheet may be obtained by calling Dawn Cavalloat (703-970-2117, CavalloDM@state.gov). The vendor-completed E-ScoreSpreadsheet, in the Government-Supplied Microsoft Excel format and version, must besent via email to Dawn Cavallo at CavalloDM@state.gov. The E-Score Spreadsheetmust be received at that electronic address no later than 24 hours after equipmentdelivery. Earlier submission of the spreadsheet is requested and highly encouraged. Failure to deliver the E-Score Spreadsheet as specified may result in the rejection of theequipment at the dock, at vendors risk and expense. Failure to deliver the E-ScoreSpreadsheet as specified may result in vendor default, and may result in monetaryand/or non-monetary remedies available to the Government under applicable contractclauses. Submission of incomplete configuration data is considered failure to deliver theE-Score Spreadsheet as specified. As the E-Score Spreadsheet is a deliverable lineitem, and as required by this clause, invoices will not be paid until full reconciliation of EScoredata and the received equipment has occurred., 1, 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. 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 solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://www.arnet.gov/far DOSAR:http://statebuy.state.gov/dosar At the time their bid is submitted, vendors are required to complete the VendorConfiguration Spreadsheet (see solicitation attachment, Excel format). This spreadsheetwill be used, in conjunction with other bid information, to evaluate the technicalspecifications being offered. All applicable configuration cells must be completed by thevendor; all vendor data cells must be unhidden, unlocked, and not write-protected; andVendor Configuration Spreadsheet must be submitted in Microsoft Excel format.Government data cells (requested specifications) may not be altered by the vendor.Vendor alteration of Government data cells (requested specifications) may result in anon-responsive bid and removal from award consideration. Each Offeror must providethis required Vendor Configuration Spreadsheet by email to hainessg@state.gov so thatit is received at that electronic address no later than the closing date and time for thissolicitation. Failure to deliver the Vendor Configuration Spreadsheet prior to the closingdate and time for this solicitation will result in a non-responsive bid and removal fromaward consideration. The Department of State is not responsible for locating orobtaining any information not identified in the offer and accompanying VendorConfiguration Spreadsheet. Submission of incomplete configuration data will result in anon-responsive bid and removal from award consideration. The Vendor ConfigurationMaster Spreadsheet may also be obtained by emailing Steven Haines athainessg@state.gov. Past performance, earned-value and the ability to deliver within GITMs timeconstraints are evaluation factors in determining awardee, along with other factorsstated in this solicitation. Weight is a consideration for all items due to Governmentshipping-related costs. GITM receiving hours are 7:00 AM 3:00 PM Eastern Time, Monday thru Wednesday. Driver must contact Robert Hall, GITM Warehouse Manager (703-970-2123,HallRP@state.gov) and make a Dock Appointment prior to delivery of shipment. Shipments without Dock Appointments may be refused, at vendors risk and expense. Shipping Address: U.S. Department of State c/o ManTech 8020 Grainger Ct.,Springfield, VA 22153 Software licenses and key codes without physically conveyeddeliverables must be sent via E-mail to Dawn Cavallo, GITM Procurement Manager, atCavalloDM@state.gov (703-970-2117). Email Subject line must includeRequisition/Reference Number (AQ 1019######) found in Block 4, of DoS Form 347:Order for Supplies and Services. Pallet height may not exceed 62 Inches. Wrapped pallet dimensions not to exceed40x48x62 Inches. Pallets must be wood with standard 3-stringer construction and 4-way entry. Pallet size must be 40x48 Inches with 48 Inches being the stringer length. All pallets must be marked with Government Requisition/Reference Number (AQ1019######) found in Block 4 of DoS Form 347: Order for Supplies and Services. Each and every box, package, and container containing materials shipped pursuanthereto, shall be clearly marked with the following. All Block references are to DoSForm 347: Order for Supplies and Services: (a) Government Order number(SAQM#########) found in Block 3; (b) Government Requisition/Reference Number(AQ 1019######) found in Block 4; (c) Consignee address as shown in Block 6; (d)Name and address of the contractor in Block 7. Each box containing one or more itemsmust include the following information for each item contained therein: (a) Part numberin human readable and Bar Code form; (b) Serial number (if applicable) in humanreadable and Bar Code form; (c) If the equipment is modified from its originalmanufactured state, a new Part Number must be assigned and marked and Bar-Codedon the container as above, in addition to the original Part Number and Bar-Code; (d) Ifthe equipment is modified, the original Part Number and Bar-Code may not be obscuredor removed. (e) If a new Serial Number is assigned, it must be marked and Bar-Codedon the container as above. A packing list shall accompany each shipment, shall be attached to the outside (notinside) of an outermost box or container, and shall include the following information: (a)Name and address of consignor; (b) Name and address of consignee; (c) GovernmentOrder number (SAQM#########) found in Block 3 of DoS Form 347: Order for Suppliesand Services; (d) Government Requisition/Reference Number (AQ 1019######) foundin Block 4 of DoS Form 347: Order for Supplies and Services; (e) Description of eachitem shipped as contained within boxes or containers, including item number, quantity,number of containers, and package number, if any; (f) If multiple order line items havebeen assembled into a major component, packing list must show information from item(e) above for each individual order item within the major component; (g) Pallet count andbox count. Vendor will include a copy of the Government purchase/delivery order withthe packing list. Vendor is required to complete the attached E-Score Spreadsheet (in the Government-Supplied Microsoft Excel format and version), including all requested and applicableconfiguration data. This spreadsheet will be used to populate the Departments E-ScoreDatabase. The E-Score Master Spreadsheet may be obtained by calling Dawn Cavalloat (703-970-2117, CavalloDM@state.gov). The vendor-completed E-ScoreSpreadsheet, in the Government-Supplied Microsoft Excel format and version, must besent via email to Dawn Cavallo at CavalloDM@state.gov. The E-Score Spreadsheetmust be received at that electronic address no later than 24 hours after equipmentdelivery. Earlier submission of the spreadsheet is requested and highly encouraged. Failure to deliver the E-Score Spreadsheet as specified may result in the rejection of theequipment at the dock, at vendors risk and expense. Failure to deliver the E-ScoreSpreadsheet as specified may result in vendor default, and may result in monetaryand/or non-monetary remedies available to the Government under applicable contractclauses. Submission of incomplete configuration data is considered failure to deliverthe E-Score Spreadsheet as specified. As the E-Score Spreadsheet is a deliverableline item, and as required by this clause, invoices will not be paid until full reconciliationof E-Score data and the received equipment has occurred. The vendor may not substitute any item listed on this order without prior writtenapproval by the Contracting Officer. No other individual is authorized to change PartNumbers, manufacturers, quantities, delivery dates or any other specifications of thisaward either verbally or in writing. Items, including configuration components andarrangement, that do not conform to the Descriptions and Part Numbers found on theorder will be rejected at the time of delivery at vendors risk and expense. Items not incompliance will be returned to the vendor at no additional cost to the Department andcomments will be recorded in the vendors Past Performance File. Random QualityAssurance will be conducted to ensure conformance. GITM does not allow use of third party component substitutions in any EquipmentConfigurations offered under a Brand Name. All items, including configurationcomponents and arrangement, must conform to the Descriptions and Part Numbersfound on the order. Random Quality Assurance will be conducted to ensureconformance. If it is determined that third party components were used, in violation ofthis order, and resulting in the compromise of equipment warranties or any other cost tothe Government, the vendor will assume said costs, and other remedies may beavailable to the Government in accordance with the Termination for Cause clause atFAR 52.212-4(m) Any infraction as above will be recorded in the vendors PastPerformance File. Worldwide manufacturer warranty is required for parts and labor on all components. Vendor pickup and delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns will be guaranteed by the vendor, at no additional cost to the Government, within3 business days of vendor notification. Units received for repair under warranty mustbe returned to GITM at the address above, within 30 days of vendor pickup. A 120-Daylead time is required for returning a defective item from a Government OCONUSlocation. If award is made to a vendor who is a non-manufacturer, the vendor willcoordinate with the manufacturer for any warranty repairs/concerns. Upon award, vendor will provide a written escalation process via E-mail to DawnCavallo at CavalloDM@state.gov. The written escalation process will include thefollowing information: Sales Contacts for both Field and Internal Sales ManagementContacts Customer Support Reps and their Management to include: Customer ServiceRepresentative; Warranty Liaison Representative; and Integration Representative. Vendor will provide name, phone, E-Mail, and back-up personnel points of contact ineach area of responsibility. GITM requests that the vendor provide an estimate ofresponse time and a plan for escalation to the next level. This procurement action is being funded with supplemental appropriations provided bythe American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is theintention of the Department of State to issue a bilateral contract resulting from thissolicitation, which, in addition to other contract clauses, will incorporate commercialcontract clauses specific to ARRA procurements. Contract clauses will include: FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrdersCommercial Items (Dec 2009)(Alternate II Dec 2009), 52.203-15Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009(Mar 2009), 52.204-11 American Recovery and Reinvestment ActReportingRequirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar2009). Evaluation will be in accordance with FAR 8.405-1 "Ordering Procedures for supplies,and services not requiring a statement of work". Accordingly, award will be made to theschedule contractor that provides the best value, price and other factors considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101903C001/listing.html)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
 
Record
SN02037365-W 20100109/100107235657-722041ac6cf071b3ad2e8a435db06a4b (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.