Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

70 -- PPT STD Parts

Notice Date
5/31/2011
 
Notice Type
Presolicitation
 
Contracting Office
1701 N. Fort Myer, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1045-147717
 
Response Due
6/3/2011
 
Archive Date
11/30/2011
 
Point of Contact
Name: Stephanie Reid-Smith, Title: Logistic Management Specialist, Phone: 703-875-5920, Fax:
 
E-Mail Address
reid-smithsj@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number 1045-147717. 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. 250958. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV 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 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 a [ Small Business ] set-aside 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 2011-06-03 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be STERLING, VA 20166 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, ADP COMPONENTS - Keyboards - USB; Part #K64370, 30, EA; LI 002, ADP COMPONENTS - Kodak Q60/IT8, Reflective Target 5x7; Part #1907914, 35, EA; LI 003, ADP COMPONENTS - Intermec PM4i Thermal Print Head; Part #1-010043-900, 45, EA; LI 004, ADP COMPONENTS - Large Keyboard for 508 Compliance; Part #KBKLXUBQ, 1, EA; LI 005, ADP COMPONENTS - IBM SAS 300GB, 10K Hard Drive; Part #39R7356, 1, EA; LI 006, ADP COMPONENTS - HP LJ 4700 Roller Kit; Part #4700-RK, 2, EA; LI 007, ADP COMPONENTS - HP Swing Plate Assembly; Part #5851-2766, 6, EA; LI 008, ADP COMPONENTS - Server Power Supply; Part #74P4335, 1, EA; LI 009, ADP COMPONENTS - 7FT Red Patch Cables; Part #A3L970-07RS-CDW, 75, EA; LI 010, ADP COMPONENTS - HP LJ P4014/4015/4515 Series Maintenance Kit; Part #CB388A, 5, EA; LI 011, ADP COMPONENTS - HP 3005 Printer Memory; Part #CB420-67951, 2, EA; LI 012, ADP COMPONENTS - HP 4515 Formatter Board - Part #CB438-69002, 5, EA; LI 013, ADP COMPONENTS - HP Fuser Assembly (110V)/4515; Part #CB506-67901, 2, EA; LI 014, ADP COMPONENTS - Mice - USB; Part #D66-00069, 30, EA; LI 015, ADP COMPONENTS - Belkin Pro Series SCSI-2 Cable-6ft; Part #F2N968-06, 6, EA; LI 016, ADP COMPONENTS - Belkin Pro Series SCSI-2 Cable-10ft; Part #F2N968-10, 6, EA; LI 017, ADP COMPONENTS - SCSI Terminators; Part #F2N-990-LVD, 5, EA; LI 018, ADP COMPONENTS - HP Ink Cartridge for IBML IT3; Part #HP-51645A, 6, EA; LI 019, ADP COMPONENTS - HP ADF Mylar Replacement Kit; Part PF2288K050NI, 2, EA; LI 020, ADP COMPONENTS - HP 110 Volt Maintenance Kit; Part #Q2429A, 1, EA; LI 021, ADP COMPONENTS - HP 4300 Series 110V Mainteance Kit; Part Q2436A, 1, EA; LI 022, ADP COMPONENTS - HP Envelop Feeder Assembly; Part Q2438-67902, 4, EA; LI 023, ADP COMPONENTS - HP 4650 110V Laser Jet Image Fuser Kit; Part #Q3676A, 1, EA; LI 024, ADP COMPONENTS - HP LJ 4240/4250/4350 Series Maintenance Kit; Part #Q5421A, 7, EA; LI 025, ADP COMPONENTS - HP ADF Mylar Sheets; Part #Q6496A, 10, EA; LI 026, ADP COMPONENTS - HP LJ 4700 Fuser Assy, 110V; Part #Q7502A, 4, EA; LI 027, ADP COMPONENTS - HP 4700 Transfer Kit; Part #Q7504A, 2, EA; LI 028, ADP COMPONENTS - HP Digital Sender Document Feeder Kit; Part #Q7842A, 1, EA; LI 029, ADP COMPONENTS - HP 3005 Formatter Board; Part #Q7848-61006, 20, EA; LI 030, ADP COMPONENTS - HP Tray Seperation Pad; Part #RC1-0939-000CN, 1, EA; LI 031, ADP COMPONENTS - HP 3600 Level Lock; Part #RC1-7618-000CN, 1, EA; LI 032, ADP COMPONENTS - HP LJ4000 Series Roller; Part #RF5-1885-000CN, 1, EA; LI 033, ADP COMPONENTS - HP LJ4000 Series Pickup Roller; Part #RG5-3718-000CN, 1, EA; LI 034, ADP COMPONENTS - HP 4650 Paper Pickup Assembly; Part #RG5-7453-000CN, 2, EA; LI 035, ADP COMPONENTS - HP Tray Pickup Roller; Part #RL-0568, 2, EA; LI 036, ADP COMPONENTS - HP 4350 Fuser; Part #RM1-1082-090CN, 26, EA; LI 037, ADP COMPONENTS - HP 2420DN Gear; Part #RM1-1500-000CN, 1, EA; LI 038, ADP COMPONENTS - HPLJ 2410/2420/2430/2450 Fuser Assembly; Part #RM1-1535-080CN, 3, EA; LI 039, ADP COMPONENTS - HP LJ P3005 Series Fuser Assembly; Part #RM1-3717-000CN, 6, EA; LI 040, ADP COMPONENTS - HP PC Board Assembly; Part #RM1-3758-000CN, 5, EA; LI 041, ADP COMPONENTS - HP 4515 Fuser; Part #RM1-4554-000CN, 8, EA; LI 042, ADP COMPONENTS - Sony 100GB Tape Media; Part #SDX3-100C, 20, EA; 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, 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. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturers warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. 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.") 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; these can be submitted to clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1045-147717/listing.html)
 
Place of Performance
Address: STERLING, VA 20166
Zip Code: 20166
 
Record
SN02460160-W 20110602/110531234259-e585a26ff2881f95fb91a9e744acc12b (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.