Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

70 -- Information Technology Equipment

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (6TR), 1500 E. Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
DKTD06RJ001H
 
Response Due
8/23/2006
 
Point of Contact
Alice Jeffres, Contract Specialist, Phone 816-823-1944, Fax null,
 
E-Mail Address
alice.jeffres@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice and following the simplified acquisition procedures in FAR part 13.5. This combined synopsis/solicitation will close on 23 August 2006. This announcement constitutes the only solicitation: quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. Solicitation number DKTD06RJ001H is being issued as a request for quotes (RFQ). PLEASE CONTACT ALICE JEFFRES AT ALICE.JEFFRES@GSA.GOV TO REQUEST A BILL OF MATERIALS FOR THIS RFQ. Award will be made with the first quotes (Initial) due 21 calendar days after the solicitation is published. Quotes will be pulled every 7 calendar days after the initial quotes, for three additional increments of quotes. Any vendor proposing technically acceptable products will be evaluated. For vendors selected a one time order may be made to acquire anywhere up to 6 units from the same source or multiple sources for the purposes of testing and certification. Any proposals received after 23 August 06 will not be considered for award. SPECIAL INSTRUCTIONS: 1. The Shipping Address will be included at time of award. There are 3 different delivery addresses: EDS Lab: Electronic Data Systems ATTN: RAPIDS 1600 N. Beauregard St, Suite 100 Alexandria, VA 22311 POC: Brad VanHintum (703-578-5174) Telos Lab: Telos, Corp. 19886 Ashburn Road Ashburn, VA 20147 POC: James Neavereth (703-724-4601) DMDC-West Lab: DMDC 400 Gigling Road Seaside, CA 93955 POC: Dan Devlin (831-583-2400) 2. The Contractor is required to quote open market pricing and reasonable shipping charges, if any, in U.S. dollars. Shipping is f.o.b. destination. Please provide estimated date of delivery after receipt of order (ARO). Please ship in full and invoice in full. 3. Initial quotes are due by 4:00 pm CST on August 2, 2006. Vendors may continue to submit quotes until the closing date of 23 August. Quotes will be pulled and evaluated every 7 calendar days after the initial due date. Quotes must be on company letterhead and submitted by e-mail to alice.jeffres@gsa.gov or by facsimile to 816-823-5979, Attn: Alice Jeffres. E-mail delivery is preferred. 4. Offerors must have completed the Business Partner Network information required in Online Representations and Certifications Application (ORCA) to comply with FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The website is http://orca.bpn.gov. 5. Please update your ITSS registration. Only those contractors registered in GSA?s IT Solutions Shop (ITSS) Integrated System are eligible for award. Registration information is located at http://it-solutions.gsa.gov. Registration Technical Support is available at 877-243-2889, option 2. 6. Inquiries regarding the combined synopsis solicitation will only be accepted via e-mail. Please contact the Contracting Officer, Alice Jeffres, via email alice.jeffres@gsa.gov. This requirement is for the Defense Manpower Data Center, 400 Gigling Road, Seaside, CA 93955. The items required are IT related hardware equipment that includes various Brand Name laptops, servers, desktops, digital cameras, printers, and other IT accessories and peripherals. The Bill of Materials contains the exact Brand Name product required in this solicitation. The government reserves the right to make award to more than one vendor and the right to delete or add additional equipment via amendments to the synopsis/solicitation. Awards to be made will be placed in 4 increments. Below is the estimated award schedule that will be used to place orders. The award dates are approximate and it is expected that deliveries will not exceed 30 calendar days from award date. All long lead items (deliveries over 30 days) must be justified, explained in writing and accepted by the Government before any such order is placed. Initial Award 11 AUG 06 Delivery 12 SEP 06 1st Increment 18 AUG 06 Delivery 18 SEP 06 2nd Increment 25 AUG 06 Delivery 25 SEP 06 3rd Increment 30 AUG 06 Delivery 29 SEP 06 Please include all requirements on quotations. All CLINs must meet the specified Brand Name requirements. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. Vendors may propose on one, more than one, all or any combination of CLINS required under this solicitation. The evaluation of each CLIN proposed will be based on the following steps: Step 1 - Vendor proposals will be reviewed to determine if they are technically acceptable (meet the Brand Name requirements) Step 2 ? Proposals considered to be technically acceptable will be evaluated regarding their proposed delivery schedule and price (NOTE: Delivery schedule is more important than price) Step 3 ? Vendors considered for award will be notified via ITSS (NOTEs: 1- All awards will be subject to the funds available for each CLIN; 2 - All vendors must be registered in ITSS and CCR to be considered for award). Example: Step 1 Step 2 Vendor A technically acceptable delivery and price acceptable Vendor B technically un-acceptable Vendor C technically acceptable price un-acceptable Vendor D technically acceptable delivery and price acceptable Vendor E technically acceptable delivery un-acceptable In the example above only Vendors A and D would be considered as potential for award (Step 3). The Government reserves the right to acquire anywhere from 0 to the number required from any vendor considered to be technically acceptable and have an acceptable delivery schedule for the price. The GSA Region 6 Final Invoice and Release of Claims Procedure is as follows: (a) Unless otherwise specified, original invoices shall be submitted to the designated billing address. In addition to invoice requirements already specified, one additional invoice is to be submitted to the designated Project Manager as designated by the task or order. The following information must be included on the invoice: (1) Name of the business concern and invoice date. The remit to address must correspond to the payment address in the contract; (2) Contract number; and (3) Delivery order number, if applicable, or other authorization for delivery of property or services. (b) The Project?s Requisition/Accounting Control Transaction (ACT) number, (to be provided at time of award), must appear on the face of the Invoice. (c) In addition to the requirements for a proper invoice specified in this contract or order, the following information or documentation must be submitted with the final invoice: GSA Form 1142, Release of Claims. With submission of the final invoice, the Contractor shall furnish the Contracting Officer with a release of all claims on GSA Form 1142, Release of Claims (required only on final payments) against the Government relating to this contract. It shall state ?NONE? unless the contractor has claims in stated amounts that are specifically excepted by the Contractor from the release. If a proper Release of Claims fails to accompany the Contractor?s request for final payment, the Government will return the invoice to the contractor within seven days after its receipt, without action. (d) Final Payment. The Government shall pay the amount due the Contractor under this contract after-- (1) Completion and acceptance of invoiced work; (2) Presentation of a properly executed voucher; and (3) Presentation of release of all claims against the Government arising by virtue of this contract, other than claims, in stated amounts, that the Contractor has specifically excepted from the operation of the release. A release may also be required of the assignee if the Contractor's claim to amounts payable under this contract has been assigned under the Assignment of Claims Act of 1940 (31 U.S.C. 3727 and 41 U.S.C. 15). SEE AMENDMENT 01 FOR CLAUSES AND PROVISIONS TO THIS RFQ.
 
Place of Performance
Address: DMDC-West Lab, 400 Gigling Road, Seaside, CA
Zip Code: 93955
Country: UNITED STATES
 
Record
SN01088681-W 20060715/060713221703 (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.