SOLICITATION NOTICE
70 -- APPLE COMPUTER AND ACCESSORIES - PRICE SCHEDULE - BRAND NAME J-A
- Notice Date
- 6/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002801536604
- Point of Contact
- Leila S. Miller, Phone: (951) 413-2402, KAREN NEWLANDER, Phone: 951-413-2303
- E-Mail Address
-
leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL
(leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL)
- Small Business Set-Aside
- N/A
- Description
- BRAND NAME JUSTIFICATION & APPROVAL PRICE SCHEDULE 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. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002801536604 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 effective 13 Apr 2010 and DFARS Change Notice 20100507 effective 7 May 2010. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334112; small business size standard is 1,000 employees. (b)Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (i)Quoters may use the attached price schedule for their price quotes or use their own forms as long as the line item numbers correlates with this solicitation CLINs. (ii)PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable offer with acceptable past performance.” Technical evaluation will be based on product specifications in compliance with Government specifications as shown below. (3)QUOTE MUST BE RECEIVED NOT LATER THAN 1:00 PM PACIFIC TIME 24 JUN 2010 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUN 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 QTY: 30 EACH Unit Price: Total Amount: P/N: GDM4500X MFR: G-Technology/Hitachi Global Description: HARD DRIVE PORTABLE; SATA; 500GB; 7200RPM; INTERFACE PORTS: 2EA 9-PIN FIREWIRE 800, 1EA USB 2.0; 8MB CACHE; C/W: FIREWIRE 800 CABLE, FIREWIRE 800 TO FIREWIRE 400 CABLE, USB 2.0 CABLE, CARRYING CASE, CD W/DOCUMENTATION. CLIN 0002 QTY: 30 EACH Unit Price: Total Amount: P/N: S3049LL/A MFR: Apple Computer Description: APPLECARE PROTECTION PLAN FOR MACBOOK PRO W/OR WITHOUT DISPLAY; EXTEND STANDARD COVERAGE TO 5-YEARS; TELEPHONE TECHNICAL SUPPORT; HARDWARE REPAIR COVERAGE; POC: SHAWN MOORE 301-677-4194. CLIN 0003 QTY: 30 EACH Unit Price: Total Amount: P/N: Z0GP Custom MFR: Apple Computer Description: COMPUTER LAPTOP; 17-IN MACBOOK PRO; ALUMINUM FRAME; C/O: 2.66GHZ INTEL CORE I7 PROCESSOR, 4GB 1066MHZ DDR3 SDRAM(2X2GB), 500GB SATA 7200RPM DRIVE, NVIDIA GEFORCE GT 330M W/512MB, SUPERDRIVE 8X(DVDR DL/DVDRW/CD-RW), MACBOOK PRO 17-IN HI-RES GLOSSY WIDESCREEN DISPLAY, BACKLIT KEYBOARD(ENGLISH), USERS GUIDE, ACCESSORY KIT; PWR RQMTS: 100-240VAC, 50/60HZ. CLIN 0004 QTY: 1 EACH Unit Price: Total Amount: P/N: S3087LL/A MFR: Apple Computer Description: APPLECARE PREMIUM SERVICE AND SUPPORT FOR XSERVE-AE-USA; 5-YEARS; TELEPHONE/EMAIL SUPPORT; HARDWARE REPAIR COVERAGE; POC: SHAWN MOORE, 301-677-4194. CLIN 0005 QTY: 1 EACH Unit Price: Total Amount: P/N: MB449LL/A Custom Description: SERVER RACK MOUNTABLE(1RU); APPLE XSERVE X/2.26 QUAD CORE 3GB 160GB SATA DVDR 2XGBE DVDRW MAC OS; C/O: 1EA 2.26GHZ QUAD CORE INTEL XEON PROCESSOR, 3GB 1066MHZ DDR3 SDRAM(3X1GB), ON BOARD SATA/SAS CONTROLLER, 1TB 7200RPM SATA ADM, 8X SUPERDRIVE DL(DVDR, DL/DVDRW/CD-RW), NVIDIA GEFORCE GT 120 W/256MB GDDR3, SINGLE 750WATT POWER SUPPLY, RACK MOUNTING KIT, ACCESSORY KIT; PWR RQMTS: 120-230VAC, 50/60HZ. FOB DESTINATION 30 DAYS ARO TO FORT MEADE, MD FOR ALL LINE ITEMS ABOVE. Requirement requested herein is unique to the manufacturer. No substitutions will be accepted. See attached Sole Source/Brand Name J-A. The Government will consider quotes only from “authorized resellers” of equipment manufacturer. Vendor shall certify that it is a Manufacturer’s Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all manufacturer’s products submitted in this offer from manufacturer or through manufacturer’s Authorized Channels only, in accordance with all applicable laws and current manufacturer’s applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all manufacturer’s software is licensed originally to Buyer as the original licensee authorized to use the manufacturer’s software. GSA or OPEN MARKET prices will be considered. The contractor must bid on ALL items and must be quoted FOB destination. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002801536604/listing.html)
- Place of Performance
- Address: DINFOS, FORT MEADE, Maryland, United States
- Record
- SN02170857-W 20100610/100608234631-54f12d0e14771c5f0e4db4e9e16bfec4 (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 |