Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

70 -- IT Supplies

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
99 New York Ave, Washington, DC 20226
 
ZIP Code
20226
 
Solicitation Number
DJA-18-AHDQ-PR-0414
 
Response Due
3/9/2018
 
Archive Date
9/5/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 DJA-18-AHDQ-PR-0414 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-03-09 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20226 The Bureau of Alcohol, Tobacco & Firearms requires the following items, Brand Name or Equal, to the following: LI 001: Single Ear Bluetooth headsets. Salient Characteristics: Single Ear earpiece. Clip on earlobe. Bluetooth version 3 or higher. Noise, Wind and Echo Reduction. Micro USB charge. Pairs with up to 2 phones at once. Battery Power- up to 11 hours talk time. MUST be compatible with iPhone 6, 6s and newer versions. Make/Model- Plantronics M95. Model # 200749-63 Quantity 500, 500, EA; LI 002: Flash Drives. Salient Characteristics: Minimum Storage capacity 128GB. Generation 2.0 USB. Type A Connector. Preloaded with SecureAccess 128-bit AES encryption (lets you create a password-protected folder for your sensitive files, and share your drive without sharing private documents). Make/Model: SanDisk-Cruzer Glide. Product # SDCZ60-128G-A46-128GB. Quantity 800 3), 800, EA; LI 003: Computer bags. Salient Characteristics: must be compatible with 14 X9.5 DELL latitude E5450 laptop computer- minimum to hold laptop size 14"X9.5". Compartment for accessories and cables. Make/Model: Solo-Urban laptop Briefcase. Quantity 300, 300, EA; LI 004: USB Hub. Salient Characteristics: Minimum 4-port USB Hub. 4-Port Type: USB 2.0 or greater. 4-ports should be all on one (same) side of the hub. USB Type “A connector. Plug and Play Operation. Color: Black. Compatible with DELL Latitude E5450 laptop computers. 5GBPs Transfer rate, Faster Charging, Easy installation, Compatible with all USB 2.0 devices, all 4-ports located on same side, 4 x USB 3.0 Type A, 1 XUSB 3.0 Make/Model- Insignia-4 port. Model # NS-PCH6430. Quantity 800, 800, EA; LI 005: Computer Monitor. Salient Characteristics: 23.8" display, antiglare widescreen, flat panel IPS, LED monitor, HDMI, VGA D Sub inputs, 1920_1080 resolution at 60Hz. Must have display port connectors. Compatible with DELL Latitude E5450 laptop computers. Make/Model- DELLS2418HN 24" monitor. Quantity 100, 100, EA; LI 006: DVD/CD Computer Drives. Salient Characteristics: External USB DVD-RW/CD Drive-Multi support 8x maximum DVD & RW rewrite speed. High speed USB 2.0 Interface. Compatible with DELL Latitude E5450 laptop computers. Make/Model-DELL 8x External USB DVD+/- RW/CD-RW Drive. Make/Model #: Dell - GP60N. Quantity 300, 300, EA; LI 007: Wireless mouse/Keyboard Computer Combo: Must be Bluetooth version 3 or 4, cannot be Wireless USB with a dongle plug-in to USB port. Salient Characteristics: Wireless Bluetooth smart technology. Full size keyboard with built in number pad. Compatible with Windows 10, 8, 8.1, 7 Android and Mac. 1200 dpi optical mouse- Compatible with DELL Latitude E5450 laptop computers. Make/Model- Microsoft Design Bluetooth Desktop Keyboard and Mouse combo. Quantity 300, 300, EA; LI 008: Computer Lock (keys). Salient Characteristics: Computer Lock must open with key-Compatible with DELL Latitude E5450 laptop computers. Make/Model- Kensington 64068F Microsaver Keyed Laptop lock for business. Quantity 300, 300, EA; LI 009: Computer Vehicle Power Cord. Salient Characteristics: DC CAR CHARGER, NOT AN AC ADAPTER. Must be compatible with a Dell Latitude E5450 laptop computer. Must have a vehicle output adapter with a power cord and a dell compatible input plug. Must meet or exceed the requirements for Input: DC 12V; Output: 19.5V 4.62A 90W (65 Watt compatible). Powers laptop and charge battery from 12V DC outlets (car, air, boat). Cord length should extend up to 10 feet. Right angle DC connector (elbow tip) to protect laptop power jack and the adapter itself from damage. Better or Equal to Make: PWR+ / Model: 858-PWR53-78442. Quantity 800, 800, EA; LI 010: Computer Docking Stations. Salient Characteristics: E-Port Simple Port Replicator Dock with USB 3.0. Must have a Network - Ethernet “ RJ-45 connector, Battery Bar Adjuster, E-Monitor Stand Connector, USB 2.0 or eSATA/US connector, USB 3.0 “ 9 pin USB Type A Connector x 2. VGA C “ 15 pin HD D-Sub connector. DVI “ Digital 24 pin connector. Display Port - 20 pin connector. Headphone output (mini phone 3.5 mm). Microphone input (mini phone 3.5 mm). 240 W AC Adapter. Simplified connectivity to use your laptop as a desktop but gives ease of mobility wherein you need NOT unplug multiple peripherals when disconnecting from the docking station. Compatible with DELL Latitude E5450 laptop computers. Make/Model- E-port Plus Advance Port Replicator with USB 3.0  “ part number #331-6304, and the œDell PR03X E-Port Replicator with USB 3.0 and 130W Power Adapter  - part number 331-6307. Dell E-Port Simple Port Replicator II Dock. Quantity 110, 110, 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, Bureau of Alcohol, Tobacco & Firearms 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Alcohol, Tobacco & Firearms 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 bids. All responsible Offerors 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. 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 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 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. ALL REGISTRATION MUST BE "ACTIVE" AT TIME OF AWARD. NO EXCEPTIONS WILL BE MADE. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government ™s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by ” (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an œequal  product, the offeror shall provide the brand name product referenced in the solicitation. NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this IFB. Items/services that do not conform to descriptions and part numbers found in this IFB will be rejected at the time of delivery causing a return at the vendor's expense. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. Government intends to make a single award. Government will award to a vendor with ALL ITEMS that meet technical acceptable, lowest price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-18-AHDQ-PR-0414/listing.html)
 
Place of Performance
Address: Washington, DC 20226
Zip Code: 20226
 
Record
SN04846375-W 20180309/180307231810-579f66f82825a97c38763d9d19289494 (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.