Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2003 FBO #0517
MODIFICATION

D -- Video Conferencing System

Notice Date
4/28/2003
 
Notice Type
Modification
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-LMAQM-03-Q-0085
 
Response Due
5/1/2003
 
Archive Date
5/16/2003
 
Point of Contact
Deborah Carey, Contract Specialist, Phone 703-875-4229, Fax 703-875-6085,
 
E-Mail Address
careyda@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 Subpart 12.6, 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. Solicitation S-LMAQM-03-Q-0085 is issued as an request for quotation (RFQ). The following provisions and clauses are incorporated into this RFQ by reference and are in effect through Federal Acquisition Circular 13 dated 04/17/03 . No addenda apply to these provisions and clauses. FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (needs to be completed and returned with quote); FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52,212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; no additional FAR clauses apply. This requirement is set aside for small businesses. The NAICS code is 541512. Delivery is required by May 15, 2003, for all items and no split shipments will be accepted. In accordance with FAR 52.212-2, Evaluation, Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers; (I) technical capability of the items offered to meet the Government requirement; (II) past performance and (III) price. THIS REQUIREMENT IS FOR THE FOLLOWING EQUIPMENT AND SERVICES. BRAND NAME OR EQUAL (MUST SUBMIT SPECIFICATIONS OF EQUIVALENCY FOR EQUAL); CLIN 0001, qty. 01, iPower 97 (Refurbished), IP only camera, keyboard, remote control, image share, 1 year warranty parts and labor; CLIN 0002, qty. 02, Pioneer 43? Plasma Monitor; CLIN 0003, qty 01, Pioneer Speaker (SET); CLIN 0004, qty. 2, Premier Mount-Plasma Monitor; CLIN 0005, qty. 02, Floor Stand for Plasma Monitor; CLIN 0006, qty. 01, 20 ft. Cable Bundle (VGA, 1 #8 Cable, 1-S-Video, 2 RCA Audio Cable); CLIN 0007, qty. 02, Removable HardDrive Bay & Tray; CLIN 0008, qty. 01, DT-70 Elmo Camera; CLIN 0009, installation and training; CLIN 0010, expedited shipping; Delivery to U.S. Department of State; 2201 C Street, NW, Washington, D.C. 20520l. This RFQ closes on May 01, 2003 at 2:00 pm EDT, fax quote to (703)875-6085 or e-mail CareyDA@state.gov
 
Place of Performance
Address: 2201 C Street, NW, Washington, D.C.
Zip Code: 20520
Country: USA
 
Record
SN00313331-W 20030430/030428213327 (fbodaily.com)
 
Source
FedBizOpps.gov 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.