Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
MODIFICATION

70 -- Phone, Printer, Dell Latitude, Dell optiplex

Notice Date
9/15/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1 Rock Island Arsenal, Rock Island, IL 61299
 
ZIP Code
61299
 
Solicitation Number
RCE0L3FKB05310
 
Response Due
9/15/2010
 
Archive Date
3/14/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 RCE0L3FKB05310 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 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 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 2010-09-15 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Camp Salerno, null 09314 The USA ACC Rock Island Contracting Center requires the following items, Exact Match Only, to the following: LI 001, CISCO IP Phones- 7965, 15, EA; LI 002, HP Color Laserjet CM3530 MFP, 3, EA; LI 003, DELL Latitude E6510 LATITUDE Processor Intel Core 2 Duo T9550, 2.66GHz, 1066MHz 6M L2 Cache, Dual Core 15.4 inch Wide Screen WXGA LCD 4.0GB, DDR2-800 SDRAM, 2 DIMM Video Card �Intel Integrated Graphics Media Accelerator 4500MHD 160GB Hard Drive 9.5MM, 7200 RPM FFS Pre-loaded with Army Gold Image 24X DVD+-RW with CyberlinkPower DVD Mouse �Dell Black USB optical Power supply 90W AC adapter, 100-240 VAC, 50-60 Hz 9 Cell/85 WHR Primary Battery, 15, EA; LI 004, hp cm3530 black printer cartridge- CE250X, 10, EA; LI 005, HP CM3530 MAGENTA PRINT CARTRIDGE- CE253A, 10, EA; LI 006, JP CM3530 CYAN PRINT CARTRIDGE- CE251A, 10, EA; LI 007, HP CM3530 YELLOW PRINT CARTRIDGE- CE252A, 10, EA; LI 008, DELL OPTIPLEX 980 OptiPlex980 intel� CoreTMi7 Processor 870 /2.93GHz, 8M Dell Ultra Sharp 2210,Wide Flat Panel 4GB memory Dual video Integrated Intel� 82578DM GbE 250GB SATA 3.0Gb/s and 8MB Data Burst Cache, 8X DVD+/-RW Combo drive CAC enabled keybroad Optical Mouse with Scroll, Black Power Cord,125V,2M,C13 Small Form Factor Only, 15, EA; LI 009, SHIPPING TO CAMP SALERNO, AFGHANISTAN 09314, 1, LS; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC Rock Island Contracting Center 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. USA ACC Rock Island Contracting Center 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. It is also required any contractor doing business with the government under contract be registered in ORCA, website url below: https://orca.bpn.gov/ Sellers must read and comply with all specifications, shipping information, and terms outlined in the attachments. BIDS are to be submitted on the FedBid ONLY or they will not be accepted. a. Authority Cited: FAR 16.505(b)(2)(ii): Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. b. Rationale for Limiting Sources: The US Forces, Afghanistan (USFOR-A) J6 (Command, Control, Communications and Computer Systems) is responsible for the management and operation of computer network systems in theater. In that capacity, the J6 has established security and compatibility requirements for the computer networks. In order to maintain compliance with the requirements, the Theater Network Operations and Security Center (TNOSC) conducted market research and determined what equipment is allowed on the network. A Standardized Equipment Listing (SEL), developed, maintained, approved and signed by the J6, details the precise equipment which must be purchased and used by USFOR-A. In order to meet accreditation standards, the Principal Assistant Responsible for Contracting-Afghanistan (PARC-A) Policy and Legal team reviewed, verified and took no exception to the SEL and the Armys CHESS program for ordering theaters IT requirements. The current SEL, dated 02 Jun 2010, includes hardware items such as desktop computers, printers, switches and servers and specifies brand names and model numbers. In order for the network to meet accreditation standards and be fully accredited, only equipment included on the SEL can be utilized. Any additions or changes to the SEL must be approved by the J6. ALL line items in the Description block are on the SEL by brand name and model number. In addition, standardization is a necessity, due to mission requirements throughout the AOR, especially in austere deployed locations. Maintaining DELL,HP,and CISCO allows for easy maintenance, repair, and replacement at remote sites. All USFOR-A networks are equipped with DELL,HP,and CISCO equipment and are required to securely transmit bandwidth-intensive data. Failure to provide DELL,HP,and CISCO equipment will lead to significant communications and connectivity problems on these networks and will interfere with mission completion throughout Afghanistan. Continued standardization is required to ensure network defense and compatibility due to common security and vulnerability patches sent remotely through the networks. Future equipment must be 100% compatible; only DELL,HP,and CISCO equipment can properly replace DELL,HP,and CISCO equipment with no problems. Shipping must be free on board (FOB) destination OCONUS (Afghanistan), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 52.232-33; 252.232-7003; 952.201-0001; 952.232-0003; 952.225-0006 **This Firm Fixed Priced procurement will be awarded under Simplified Acquisition Procedures and on an all-or-none basis** **ALL TONERS MUST BE BRAND NEW AND EXACT MATCH TO BRAND AND PART NUMBER** NO USED, NO REFURBISHED, NO RE-MANUFACTURED, NO COMPATIBLES, NO SUBSTITUTIONS, OR RECYCLED ITEMS ALLOWED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/148bea51ca8321491cb036801ea851fa)
 
Place of Performance
Address: Camp Salerno, null 09314
Zip Code: 09314
 
Record
SN02283089-W 20100917/100916000151-148bea51ca8321491cb036801ea851fa (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.