MODIFICATION
70 -- C4ITSC SWIII IT Computer Hardware Equipment - Consolidated List of Questions and Answers - Solicitation 1 - Solicitation 1 - Solicitation 1
- Notice Date
- 9/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG79-12-R-PTD035
- Archive Date
- 10/16/2012
- Point of Contact
- Cherish D Driver, Phone: 703-313-5382, Jerry Low, Phone: 202-475-3298
- E-Mail Address
-
cherish.d.driver@uscg.mil, Jerry.Low@uscg.mil
(cherish.d.driver@uscg.mil, Jerry.Low@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Revised Attachment 1 - Statement of Work (SOW) with changes highlighted Revised Attachment 5 - CLIN Structure/Pricing Matrix - please note: CLIN descriptions under the CLIN TABs include minimum name brand or equivalent requirements for CG computer hardware equipment. Final Amendment Combined Synopsis/Soliciation HSCG79-12-R-PTD035 with changes highlighted Final Consolidated List of Questions and Answers The purpose of this Amendment 3 is to provide the following: 1) Consolidated List of Vendor Questions and Government Responses; 2) Revised language in the combined synopsis/solicitation - all changes highlighted; 3) Revised Attachment 1 - Statement of Work - all changes highlighted; 4) Removes Attachments 2 - 4 - DHS Salient Characteristics for CG Standard Workstations, Laptops, Storage Devices, Services and Peripherals due to obsolete and/or in accurate descriptions of the computer equiment; and 5) Revised Attachment 5 - CLIN Structure/Pricing Matrix which provides minimum requirements for CG computer hardware equipment and reflects "name brand or equivalent" for all CG Computer Hardware equipment being purchased under this IDIQ. Please note: if an offeror intends to propose "optional" equipment, it is the responsibility of the offeror to include it in Attachment 5. Optional equipment will be evaluated as provided in accordance with the revised language under the Factor - Price of the combined synopsis/solicitation. This acquisition is Name Brand or equivalent not Name Brand only. J&As will not be required for any equipment purchased under this IDIQ unless otherwise authorized by requiring authority at the delivery order level. All other terms and conditions hereby remain unchanged. The RFP closing remains 1 October 2012. No additional extensions will be provided due to the criticality of this requirement. As a further reminder, this solicitation is Low Price Technically Acceptable (LPTA) and as such, if the offeror(s) meets the minimum requirements of this RFP they will be evaluated as "Technically Acceptable" and Price will be evaluated. If an offeror is evaluated as "Technically Unacceptable", the offeror's price will be excluded from further evaluation. The Government intends to award this IDIQ without conducting discussions or establishing a competitive range unless otherwise determined necessary.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG79-12-R-PTD035/listing.html)
- Place of Performance
- Address: CG-C4IT SC TISCOM, 7323 Telegraph Road, Alexandria VA 22315, Alexandria, Virginia, 22315, United States
- Zip Code: 22315
- Zip Code: 22315
- Record
- SN02890932-W 20120921/120920002708-1df7e2540d6227edf084329ae1a199cc (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 |