User:Mr1102GSA/ITCD RFI Schedule 70

New article name new article content ...ITCD RFI Schedule 70


References

edit

GSA advantage> <GSA e-buy> <http://www.gsa.gov/portal/content/104675> <https://www.ebuy.gsa.gov/advantage/ebuy/start_page.do>

edit



THIS RFI IS POSTED FOR DATA GATHERING AND PLANNING PURPOSES ONLY

RESPOND THROUGH gsa E-buy http://www.gsa.gov/portal/content/104675

Request for Information: Information Technology Commodity Agency: General Services Administration Office: Federal Acquisition Service, Information Technology Commodity Division (ITCD) Location: Region 4, Atlanta, GA


Synopsis:

Request for Information (RFI): THIS RFI IS POSTED FOR DATA GATHERING AND PLANNING PURPOSES ONLY, DOES NOT CONSTITUTE A SOLICITATION, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION, BLANKET PURCHASE AGREEMENT (BPA) OR AWARD A CONTRACT. The Government will not reimburse any respondent for any costs associated with information submitted in response to this RFI. THE OBJECTIVE OF THIS RFI IS TO PROMOTE COLLABORATION WITH THE VENDOR COMMUNITY AND ALLOW THE OPPORTUNITY TO COMMENT ON THE INITIAL SET OF IT COMMODITY REQUIREMENTS. Please provide comments to proposed requirements. As this project advances the RFI may be revised.

BACKGROUND: The General Services Administration’s (GSA) Federal Acquisition Service (FAS) ITCD is a national program located in Region 4, Atlanta, Ga. The ITCD supports the agency’s initiatives in acquisition excellence, customer intimacy, innovation and environmental sustainability. The ITCD’s mission is to procure IT commodities and ancillary (integral and related) services for customers located nationwide using innovative solutions. ITCD intends to utilize innovative acquisition strategies in establishing several multiple award BPAs for a variety of leading IT products.

SCOPE: The BPA solutions will include, but not limited to, IT products and product – related services, including hardware, laptops, smart phones, servers, mainframes, printers, scanners, faxes, maintenance, warranty, installation, and product training. It is anticipated that these solutions will provide volume discounts and cutting edge technology via GSA IT Schedules. In addition, the solutions are intended to promote Green House Gas, Zero Environment Footprint, and Sustainability Initiatives. Additional elements of the BPA are (but not limited to): - Just- in- time deliveries to client locations, CONUS and OCONUS. - Lowest priced products based on volume discounts - Real time tracking of deliveries via Contractor’s web site or other applications - Length of BPAs 3 to 5 years

MANDATES

1. Vendor has an existing Schedule 70 contract(s) 2. No Non-Schedule or Open Market Items 3. Vendor shall identify items by GSA Schedule contract number including Special Item Number, i.e. SIN 132-8. 4. Vendor shall list the TOP twenty-five (25) products which represents about 85% of the total sales (use the attached spreadsheet).


Provide Detail responses to the RFI Questions:

1. Based on the listing below – how would you recommend grouping the IT products, systems, commodities, etc. for a solicitation(s) for multiple award BPAs? Please provide rationale.

IT PRODUCTS


• Laptops • Notebooks • Netbooks • Media Tablet Personal Computers • Mobile Computing Devices • Peripherals • Hardware • Desktop Personal Computers • Workstations • Mainframes • Supercomputers • Software • Electronics • Printers • Faxes • Scanners • Servers • Racks • Data Storage & Backup • Network & Telecommunication Products • Monitors, LCDs & Projectors • UPS & Power Protection • Teleconferencing • Video Tele-Conferencing (VTCs) • Cyber Security Products • Maintenance • Warranty • Installation • Product Training • Smart Phones


2. How capable is your firm in delivering equipment within 7 days following receipt of order? Are there specific items that require additional delivery time? If so, please list those items and explain why a longer delivery time is required, i.e. for quantities over a certain level or during a particular season.

3. Describe your firm capability on uploading schedule data to various government portals.

4. COLLABORATION

   A.   Will your company participate in a Video Telecommunication conference (VTC)?
   B.   Can your company handle large quantities or would you need a teaming arrangement  
         with another schedule provider?
   C.   What are some of the most challenging aspects of fulfilling requirements for quantities 
         that number in the hundreds and thousands?
   D.   A goal of this initiative is to reduce both cost and delivery time for existing and 
         emerging technology.  How can GSA partner with industry in order to accomplish this?  
         Be as specific as possible and provide examples or past history.
  E.   Describe your firm capability on tracking Point-of-Sale transactions.

5. SOURCES OF SUPPLY

  A.   In accordance with FAR 52.219-14 is your firm classified as a manufacturer or non-
         manufacturer?
  B.   What are the top selling items your company currently sells to the federal government 
         (limit 25 items)? 
  C.   What are the volume (quantity) and total monetary value for each top selling items?
  D.   Are there any top selling items sold to the government that are open market/not on your 
         schedule (limit 25 items)? If so, is there a request to add these items to the contract 
         schedule? If not, why?
  E.   How would you handle a surge and/or emergency production?
  F.   What are your predictions and or concerns on major risks for a project of this nature, and 
         what would you recommend to mitigate and or alleviate them?
  G.   What are your recommendations for GSA to effectively use commercial practices to 
         provide the federal clients lower cost on modern technology and faster, reliable delivery  
         times?
  H.   At what quantity level would you provide a volume discount? Can you provide quantity 
         discounts at more than two levels? If yes what are the thresholds? 

6. ENVIRONMENTAL IMPACT- How are you promoting the following three environmental initiatives: (1) Green House Gas, (2) Zero Environment Footprint, and (3) Sustainability

  A.   Has your company completed a comprehensive GHG emissions inventory (yes/no)?
  B.   Has your company set GHG emissions reduction goals (yes/no)?
  C.   Briefly describe your company’s Zero Environmental Footprint Goal.
  D. What efforts have been achieved or planned for IT Product Sustainability.

HOW TO RESPOND: Responses to this RFI shall not exceed 20 pages and shall be received via E-BUY by close of business March 30, 2011 @ 4:00 PM EST. The 20 page count does not include the attached spreadsheet.

An industry day will be announced in the future. The planned location is Atlanta, GA.

Contracting Office Address: 401. West Peachtree ST NW Suite 820 Atlanta, GA 30308

Primary Point of Contact:

LaQulla (Quil) Williams Senior Contracting Officer Phone: 404.224.2354 Email: laqulla.williams@gsa.gov

The Government will request quotes for BPA(s) utilizing the IT Solutions Shop (ITSS) Web-based Order Processing System. All offerors must be registered in the GSA IT Solutions Shop (ITSS) Web-base Order Processing System via https://it-solutions.gsa.gov or by telephone at 877-243-2889 option 2 Monday-Friday 6:00 AM – 5:30 PM PST or outside the continental United States at 858-481-1075. Failure to register in ITSS will result in your company not being solicited.

All responding offerors shall be registered in the Central Contractor Registration (CCR). The website is http://www.ccr.gov/. In your response, please show that your CCR information directly matches the ITSS Contractor Information, in your Schedule Contract Number, DUNS Number, Business Address, Remittance Address and TIN number must be the same in both CCR and ITSS. Please note that you will need to be registered with CCR first, since ITSS has an electronic interface between each system. Failure to register in CCR and a failure to match CCR and ITSS information at the time of award shall result in exclusion from consideration.

Anticipated RFQ release date is late April 2011.

THIS RFI IS POSTED FOR DATA GATHERING AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT OR BPA ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THIS RFI.