Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

58 -- NORTEL EQUIPMENT

Notice Date
8/5/2010
 
Notice Type
Presolicitation
 
Contracting Office
P.O. Box 9115, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
0GPF00A
 
Response Due
8/6/2010
 
Archive Date
2/2/2011
 
Point of Contact
Name: Paula Kelly, Title: PROGRAM SPECIALIST, Phone: 7038754953, Fax: 7035161520
 
E-Mail Address
kellypd@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 0GPF00A. 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. 201120_02. 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 2010-08-06 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, DM1401E171E5 VPN ROUTER 2750, 5 TUNNELS, DUAL 10/100 ETHERNET, 128 BIT ENCRYPTION[CUSTOMER REQUIRES EXACT MATCH TO ALL LINE ITEMS AND SPECIFICATIONS. NO SUBSTITUTES ALLOWED], 5, EA; LI 002, DM0039018 VPN ROUTER 2700 FIPS SECURITY KIT [SW VERSION 5.05_150], 5, EA; LI 003, DM0016006 ADVANCED ROUTING LICENSE INCLUDING OSPF, VRRP, IETF DIFFERENTIATED SERVICES, BANDWIDTH MANAGEMENT, AND IPSEC MOBILITY FOR THE VPN ROUTER [CONTIVITY] 2700/27X0 SERIES, 5, EA; LI 004, DM0021069-5.05 CUSTOM FACTORY DOWNLOADS SW INSTALLATION REV5.05.150 [FIPS CERTIFIED] FOR VPN ROUTER 1750,2700,5000, 5, EA; LI 005, DM3919004E5 1000BASE-T OPTION CARD [FIELD INSTALL], 10, EA; LI 006, GF6300228 VPNR2750 - 128BIT 5 TUNNELS [24 HOUR REPLACEMENT], 5, EA; LI 007, DM1401E149E5 VPN ROUTER 1750,500 TUNNELS, DUAL 10/100 ETHERNET, 4 SLOTS FOR OPTIONAL EXPANSION MODULES, SERVER SOFTWARE, AVAYA VPN CLIENT FOR WINDOWS, EUED COMPLIANT, INCLUDES US/CANADA/MEXICO CORD, 8, EA; LI 008, DM0039021 VPN ROUTER 1700/1750 FIPS SECURITY KIT [SW VERSION 7.05.100], 8, EA; LI 009, GF6300299 VPN ROUTER 16XX/17XX NORTEL EXPRESS TECHNOLOGY SUPPORT - BASE NEXT BUSINESS DAY- SL299, 8, EA; LI 010, DM0016005 ADVANCED ROUTING LICENSE INCLUDING OSPF, VRRP, IETF DIFFERENTIATED SERVICES, BANDWIDTH MANAGEMENT, AND IPSEC MOBILITY FOR THE VPN ROUTER [CONTIVITY] 15X0/1600/17X0 SERIES, 8, EA; LI 011, DM0021069-5.05 CUSTOM FACTORY DOWNLOADS SW INSTALLATION REV5.05-150 [FIPS CERTIFIED] FOR VPN ROUTER 1750,2700,500, 8, 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, 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. New equipment ONLY, NO remanufactured products, and NO "gray market" FOB Destination CONUS (CONtinental U.S.) Unless there is a line item requesting shipping charge. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) **TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (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. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) 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. 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. DOS A/LM/AQM Memorandum dated 04/23/08: 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/0GPF00A/listing.html)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
 
Record
SN02230081-W 20100807/100805235302-3f02d9122d4524a4a0f5aa3466982742 (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.