Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
MODIFICATION

70 -- Laptop Computers

Notice Date
7/3/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
6661 Warrior trail, Fort Polk, LA 71459
 
ZIP Code
71459
 
Solicitation Number
0010507620-01
 
Response Due
7/8/2014
 
Archive Date
1/4/2015
 
Point of Contact
Name: Nicholas Tollett, Title: Contract Specialist, Phone: 3375317821, Fax:
 
E-Mail Address
nicholas.s.tollett.mil@mail.mil;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number 0010507620-01. 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. 630295. Army CHESS Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing Army CHESS 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. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective Army CHESS contract AND upon approval from the soliciting contracting officer. 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 2014-07-08 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Polk, LA 71459 The MICC Fort Polk requires the following items, Brand Name or Equal, to the following: LI 001: Computers Laptop, OS Windows 7 professional 64 bit, 8 GB (2x4GB) 1600 MHz DDR3L memory, Intel HD 4600 with express card, Wireless Driver Intel Centrino Ultimate-N 6300 802.11n 3x3 Half Mini Card Driver, 320 GB 7200 rpm Hard Drive, 8 X DVD RW, Intel Ultimate-N 6300 802.11AGN Dual Band Wi-Fi Half Mini Card, US Power Cord, English Documentation, no camera software, 4 year basic Hardware Service Warranty with 4 year NBD Limited onsite service after basic remote diagnosis, Federal Keep your HardDrive Service for four years, Control Vault with smart card reader and 54 mm Express Card, 4th gen intel core i7-4600M Processor, 15.6 in HD display screen. Additional system options: CFI Information Swizzle, no up, foot, factory install, CFI routing SKU, CFI Rollup integrated service image load, CFI Rollup custom project, fee for fed, CFI rollup, integrated Service Tag or label, CFI information, estar CFI allowed factory install, CFI information CS Routing direct factory install, CFI information WIN7 VLA Only factory install, CFI information SC2.0, Conus Factory install, CFI Information label small 85 96, factory install, CFI information MBRBR PART DNR factory install, CFI PROC, DOC FED 8596N5 factory install, US army Dell awarded equipment client, Custom operations PM support, CFI information client only, CFI Image WINPRO, GOV, 8596MW Factory install, intel core i-7 processor label. 130 W AC Adapter 3 pin. Dell backup and recovery manager for windows 7, multiple language. Dell Latitude E6540 or equal., 164, 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, MICC Fort Polk 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. MICC Fort Polk 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. The award of this solicitation will be evaluated by the lowest price that is technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. New equipment ONLY. NO remanufactured or used products. NO "GREY" market items. Bid MUST be good for 30 calendar days after submission 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. No partial shipments unless otherwise specified. Seller must be registered with the System for Award Management (SAM) prior to receipt of order. Information can be found at https://www.sam.gov or thier Service Desk URL: http://www.FSD.gov (8am - 8pm Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828 The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ By Reference By Reference By Reference (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid?s line item pricing is higher than the pricing for the same item in the Selected Seller?s applicable (i.e., matching the Contract Type specified by the Buyer in the IFB) published government contract, the FedBid Fee will be adjusted to ensure the Selected Bid?s line item pricing does not exceed the Selected Seller?s applicable published government contract pricing. Such notice from the Selected Seller must include either an active link to the applicable published government contract and pricing (e.g. GSA Advantage, etc.) or a copy of the applicable portion of the contract and pricing and should be submitted to ClientServices@FedBid.com at or before expiration of the Buy process as specified in the IFB and as determined by the Web Site system clock.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30be5aef74d7dc95c06c7db20ac76ea9)
 
Place of Performance
Address: Fort Polk, LA 71459
Zip Code: 71459-7070
 
Record
SN03415124-W 20140705/140704000609-30be5aef74d7dc95c06c7db20ac76ea9 (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.