Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

70 -- COMPUTERS, PRINTERS and PERIPHERALS

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1968 Gilbert St., Ste 600, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6175142331013-01
 
Response Due
9/24/2014
 
Archive Date
3/23/2015
 
Point of Contact
Name: Thomas Armstrong, Title: Contract Specialist, Phone: 7574433115, Fax:
 
E-Mail Address
thomas.armstrong@navy.mil;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N6175142331013-01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-24 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Cairo, null null The FLC - Norfolk requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: BRAND NAME ONLY - EXACT MATCH HP Workstation Z620 - CPU Type: Xeon CPU Clock Speed: 2.1 GHz Memory Installed: 16 GB Hard Drive Size: 1 TB Form Factor: Mini tower, 2, EA; LI 002: BRAND NAME OR EQUAL NVIDIA NVS 510 Graphics Card Quadro NVS 510- 2 GB GDDR3 PCIe 2.0 x16 low profile 4 x Mini DisplayPort for Workstation Z620, 3, EA; LI 003: BRAND NAME OR EQUAL APC Smart-UPS 750 LCD Power Capacity: 750 VA Power Provided: 500 Watt Run Time (Up To): 5 min Voltage Provided: AC 120 V UPS Type: Line interactive Form Factor: External, 14, EA; LI 004: BRAND NAME ONLY - EXACT MATCH HP ZBook 15 i7-4700MQ 500GB HD 4GB 15.6" Win 7 Pro - Core i7 4700MQ / 2.4 GHz Windows 7 Pro 64-bit / 8 Pro downgrade pre-installed: Windows 7 4 GB RAM 500 GB HDD DVD SuperMulti 15.6" Full HD SVA eDP anti-glare 1920 x 1080 ( Full HD ) NVIDIA Quadro K610M, 7, EA; LI 005: BRAND NAME OR EQUAL APC Smart-UPS 1500 LCD- RACK MOUNTABLE Power Capacity: 1440 VA Power Provided: 1000 Watt Run Time (Up To): 7 min Voltage Provided: AC 120 V UPS Type: Line interactive, 11, EA; LI 006: BRAND NAME ONLY - EXACT MATCH HP PremierFlex - network cable - Cable Length: 16.4 ft Left Connector Type: LC multi-mode Right Connector Type: LC multi-mode Left Connector Gender: Male Right Connector Gender: Male, 10, EA; LI 007: BRAND NAME ONLY - EXACT MATCH HP ZBook 17 i7-4700MQ 500GB HD 8GB 17.3" Win 7 Pro ?Core i7 4700MQ / 2.4 GHz ?Windows 7 Pro 64-bit / 8 Pro downgrade ?pre-installed: Windows 7 ?8 GB RAM ?500 GB HDD ?DVD SuperMulti ?17.3" HD+ SVA anti-glare 1600 x 900 ( HD+ ) ?NVIDIA Quadro K610M, 4, EA; LI 008: BRAND NAME ONLY - EXACT MATCH HP 2012 230W Docking Station - Docking station For EliteBook 2170p, 8470w, 8570w, 8770w, 7, EA; LI 009: BRAND NAME ONLY - EXACT MATCH HP Color LaserJet Enterprise M651DN - printer, color, laser Printer Type: Workgroup printer Memory Installed: 1.5 GB Compatibility: Mac,PC,Unix, 4, EA; LI 010: BRAND NAME ONLY - EXACT MATCH HP CLJ M570DN FLOW MFP PRO 500 Product Line: HP LaserJet Pro Mono/Color: Color Print Technology: Laser Connectivity: Gigabit LAN,USB 2.0,USB host Functions: Copier,Fax,Printer,Scanner, 1, EA; LI 011: BRAND NAME ONLY - EXACT MATCH HP USB Smart Cart Keyboard Computer Keyboard with Smart Card Reader Connectivity: Wired Interface Type: USB Compatibility: PC, 1, EA; LI 012: BRAND NAME OR EQUAL HP Z Display Z24i LED monitor, 24", 1920 x 1200, AH-IPS,300 cd/m2, 1000:1, 5000000:1 (dynamic), 8 ms, DVI-D, VGA, DisplayPort, 14, EA; LI 013: BRAND NAME OR EQUAL Canon imageFORMULA ScanFront 300 Type: Document scanner Max Spd B/W (Est.): 30 ppm Max Spd Color (Est.): 25 ppm Interface Type: Ethernet 10Base-T/100Base-TX Color Depth: 24-bit color, 1, EA; LI 014: BRAND NAME OR EQUAL Panasonic Panafax UF-4500 - fax / copier ( B/W ) Max Copying Resolution B/W: 203 x 391 dpi Max Fax Speed: 33.6 Kbps Feeder Capacity: 30 sheets Data Compression System: MH, MMR, MR Media Size Class: A4/Legal Fax Print Speed: 24 ppm RAM: 4 MB Max Original Size: Letter A Size (8.5 in X 11 in) Min Original Size: 5 in X 5.8 in Max Media Size: ANSI A (Letter) (216 x 279 mm), Letter A Size (8.5 in X 11 in), 1, EA; LI 015: BRAND NAME OR EQUAL Keyboard and mouse set for laptop. Ref HP KF885AT. 2 button mouse with scroll wheel., 1, EA; LI 016: SHIPPING to: Receiving Officer M/F: N61751-4233-1013 NAMRU-3 On the Extent of Ramses St., Abbassia, Cairo, Egypt, 1, LOT; 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, FLC - Norfolk 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. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, 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 offerors require additional clarification, notify the point of contact or 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Control of Government Personnel Work Product (April 1992) The NAICS code is __334118____ and the Small Business Standard is 1,000 employees___. No partial shipments are permitted. System for Award Management. Alternative Line Item Structure. Safeguarding of Unclassified Controlled Technical Information Disclosure of Information to Litigation Support Contractors Representation by Corporations Regarding an Unpaid Delinquent Tax Liability...Fiscal Year 2014 Appropriations (Dev 2014 OO0009) Prohibition of Hexavalent Chromium Prohibition on Contracting with the Enemy Notice of Supply Chain Risk Transportation of Supplies by Sea PROSPECTIVE CONTRACTOR RESPONSIBILITY In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) SAM Maintenance Levies on Contract Payments Brand Name or Equal Instructions to Offerors Offeror Reps and Certs Contract Terms and Conditions- Commercial Items Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Acquisition of EPEAT-Registered Imaging Equipment Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs Unenforceability of Unauthorized Obligations Providing Accelerated Payments to Small Business Subcontractors Solicitation Provisions Incorporated By Reference Clauses Incorporated By Referennce. 52.204-10 Reporting Subcontract Awards. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6175142331013-01/listing.html)
 
Place of Performance
Address: Cairo, null null
Zip Code: null
 
Record
SN03522333-W 20140924/140922235658-dadfc62e6c658f7fd53ea92fe8ae4d63 (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  © 1994-2020, Loren Data Corp.