Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

70 -- Computer Systems

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
10692M0141
 
Archive Date
1/15/2012
 
Point of Contact
Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
SanchezVJ@state.gov
(SanchezVJ@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued.The solicitation number is 10692M0141 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. 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 a [ Small Business ] set-aside and only qualified offerors may submit offers. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-01-12, 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Arlington, VA 22209. The Department of State requires the following items, Exact Match, to the following: LI 001, Apple Thunderbolt Display (27 inch) MC914LL/A. Period of Performance: to begin when PO awarded., 10, EA; LI 002, Mac Pro, Two 6-Core Intel Xeon Z0M4 Magic Mouse 065-9589 ATI Radeon HD 5870 1GB 065-9573 1TB 7200-rpm Serial ATA 3Gb/s 065-9557 Accessory Kit 065-9632 One 18x SuperDrive 065-9576 Two 2.66GHz 6 core Intel Xeon "Westmere" (12 cores) 065-9540 24GB (6x4GB 065-0048 Apple Keyboard with Numeric Keypad (English) + User's Guide 065-9593. Period of Performance: to begin when PO awarded. 4, EA; LI 003, AppleCare Protection Plan for Mac Pro - Auto enroll S3135LL/A. Period of Performance: to begin when PO awarded., 4, EA; LI 004, MacBook Pro, 17-inch, Quad-core Intel Core i7 ZONG Accessory Kit 065-C0DM MacBook Pro 17 inch Hi-Resolution Glossy Widescreen Display 065-C09Y 8GB 1333MHZ DDR3 SDRAM-2X4GB 2.4 GHz Quad-core Intel Core i7 065-C0CD 750 GB Serial ATA Drive @ 5400 rpm 065-C09P Backlit Keyboard (English) / User's Guide 065C0DK SuperDrive 8x (DVD+- R DL/DVD +- RW/CD-RW 065-C09X. Period of Performance: to begin when PO awarded. 4, EA; LI 005, AppleCare Protection Plan for MacBook Pro- Auto-enroll S3137LL/A. Period of Performance: to begin when PO awarded. 4, EA; LI 006, MacBook Pro, 15 -inch, aluminum Z0NM SuperDrive 8x (DVD+-R DL/DVD+-RW/CD-RW) 065-C0F0 MacBook Pro 15-inch Hi-Res Antiglare Widescreen Display 065-C0F3 2.4GHZ Quad-Core Intel Core i7 065-C0DQ 750GB Serial ATA Drive @ 5400rpm 065-C0FM Backlit Keyboard/Mac OS-English 065-C0FH 8GB 1333MHz DDR3 SDRAM-2x4GB 065-C0DV Accessory Kit 065-C0FJ. Period of Performance: to begin when PO awarded, 4, EA; LI 007, AppleCare Protection Plan for MacBook Pro-to enroll S3137LL/A. Period of Performance: to begin when PO awarded, 4, EA; ***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. An Offeror may submit a series of pricing offers, 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. 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. Submissions can be sent to clientservices@fedbid.com. 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 Offers 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 offered 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. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -Commercial Items applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. Additional Info: Point of Contact(s): Name: Vincent J. Sanchez, Title: Contracting Officer, Phone: 7038756629, Email: sanchezvj@state.gov;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10692M0141/listing.html)
 
Place of Performance
Address: U.S. Department of State, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02651609-W 20120112/120110234218-5f89762de31f7fe0de736cb4a9f9dda7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.