Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

58 -- Communication Equipment

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
SA-6, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1015115366
 
Response Due
9/25/2011
 
Archive Date
3/23/2012
 
Point of Contact
Name: Lauren Kunze, Title: Contract Specialist, Phone: 7037855854, Fax: 7037855895
 
E-Mail Address
kunzelc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number 1015115366. 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. 302523_01. 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 2011-09-25 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Springfield, VA 22150 The Department of State requires the following items, Exact Match Only, to the following: LI 001, VSAT - Auto Explorer terminal, 1.0/1.2 meter Lightweight Transport (LT), Auto Acquisition System, Ku band RF Kit, 40 watt SSPA, Outdoor e800 iDirect Modem Assembly, Outdoor AC/DC Power Supply, 25 foot IFL, Three transport cases, <70 pounds each, IATA Checked baggage compliant. 1yr warranty Part# AE-1.2LT-Ku40-e800VSAT Area: The precise area is unknown, but generally, the entire sub-Saharan region of the continent of Africa, including Sao Tome, Madagascar and Mauritius, ideally., 2, EA; LI 002, VOIP Phones - CISCO 7960 VoIP phones w/licenses Part# CISCO 7960, 20, EA; LI 003, Spectrum Analyzer 3GHz RBW, LCD color display, Preamp Part# FS3H3, 2, EA; LI 004, teleport and space segment, 12 months 512Kbps outrote, 256Kbps inroute CIR 1:10 Ku-band OCONUS iDirect service for VSAT testing and training Part# 512/256, 24, EA; LI 005, VOIP Trunk Line 12 Months 1per VSAT unit per month per trunk line. Part# VOIPLINE, 12, MO; 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 Cisco?s 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 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. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), 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. Offeror must be registered in BOTH the Central Contractor Registration (CCR) and Online Representations & Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in these systems, it may do so through the websites at http://www.ccr.gov or https://orca.bpn.gov/ No partial shipments are permitted unless specifically authorized at the time of award. The Department of State / Office of Acquisition Management (AQM) is issuing this competitive Request for Quote (RFQ) to solicit GSA Schedule contract holders for the following requirement. AQM will conduct this acquisition using Subpart 8.4 under the Federal Acquisition Regulation. If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. Offerors must be able to provide all of the requested products on their GSA schedule contract. Only schedule-holders may provide a quote; no resellers authorized to use another company's schedule may quote. Award shall be made to the technically acceptable, lowest price offeror. SUBMISSION REQUIREMENTS: Your offer MUST cite the appropriate Schedule Contract Number in your quote submission along with your Dun & Bradstreet Number (DUNS). Please ensure that your firm is certified in both the CCR (http://www.ccr.gov) and ORCA (https://orca.bpn.gov) databases. Due to a limited deadline, failure to have active registration in both of these systems by the closing date may be grounds for exclusion. Offerors are strongly encouraged to discount their GSA schedule prices. Any questions should be directed to Lauren Kunze by email at kunzelc@state.gov. All quotes must be submitted via FedBid. Email quotes will not be accepted. No bids will be accepted from bidders proposing to use another firm?s GSA schedule, even if they have permission of the firm to use it. The bidder must be the owner of the GSA schedule in order to bid and to be considered for award. Bids that do not comply with this offer term will be removed from consideration. 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.") **TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATION DESCRIPTIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION AT TIME OF BID WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1015115366/listing.html)
 
Place of Performance
Address: Springfield, VA 22150
Zip Code: 22150
 
Record
SN02590870-W 20110925/110924000402-223f61618a0198145f867e0783cc5c82 (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.