Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

70 -- Apple Computer Hardware - Bid Schedule of Supplies - Full Text Clauses - JA_Brand Name Only - Apple Functional Spec Doc

Notice Date
8/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
 
ZIP Code
05403
 
Solicitation Number
HSSCCG-15-Q-00390
 
Archive Date
9/1/2015
 
Point of Contact
Patrick M. Nott, Phone: 8028724636
 
E-Mail Address
patrick.m.nott@uscis.dhs.gov
(patrick.m.nott@uscis.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Referenced in the Bid Schedule of Supplies. Applies to MacPro and MacBook Pro computers only. To be submitted with quote. FAR Clause 52.212-3 need not be completed if already completed electronically at https://www.sam.gov. To be submitted with quote. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is HSSCCG-15-Q-00390 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83 and HSAR, current to 21 Sep 2012. This is an Unrestricted requirement and the North American Industry Classification System is 334111. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the "Electronic Submission/Response: Doc Package" on FBO.gov not later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of the following; Bid Schedule, Technical Information (if applicable with "Or Equal" submissions), and Delivery Schedule. Offers shall be evaluated using procedures in FAR 13.106. BID SCHEDULE OF SUPPLIES: See attached Bid Schedule of Supplies. Offeror's shall refer to the attached Functional Specs for the full item description. Offeror's SHALL USE the Government's Bid Schedule of Supplies when submitting their quote; NO OTHER FORMATS WILL BE ACCEPTED. TECHNICAL INFORMATION/BRAND NAME OR EQUAL One or more items in this RFQ have been identified by a manufacturers name follow by the words "Or Equal". Offerors are encouraged to quote other manufacturers products that meet the minimum salient characteristics identified in the item descriptions that represent an economic advantage to the Government. If you are submitting an equal item(s) as part of your quote, in accordance with FAR 52.206-11 -- Brand Name or Equal, you shall identify equivalent item(s) when the quote is submitted and provide product technical information that demonstrates the item(s) meet the salient characteristics of the Bid Schedule of Supplies. Failure to comply with this requirement shall result in your quote being considered non-responsive. DELIVERY SCHEDULE: All CLINs on the resulting purchase order shall "ship complete" within 30 days upon receipt of order, F.o.b. - Destination. If Offeror is not able to meet this scheduled, the Offeror may propose an alternative delivery schedule. Due to the timeline of the project this equipment will support, the Government may elect to place an order with a company that can closest meet the Government's delivery schedule at a reasonable price over the lowest price company that cannot meet the delivery schedule. Shipment shall be to the following address: USCIS/DHS/OIT 111 MASSACHUSETTS AVE NW WASHINGTON, DC 20529 MULTIPLE AWARDS: The Government reserves the right to place awards to multiple venders. Multiple awards may result from this RFQ if no one vendor is able to meet the Government's delivery schedule. UNRESTRICTED COMPETITION No small business set-asides apply to this requirement. Because of the Brand Name Only requirements of this solicitation, it is not feasible for a small business to comply with the Nonmanufacturers Rule; see FAR 19.102(f). BRAND NAME ONLY One or more items in this RFQ has been identified by a manufacturers name follow by the words "Brand Name Only". These items have been deemed to have characteristics essential to meeting the Governments requirements. See attached Justification &Approval (J&A), Justification For Other Than Full And Open Competition. BUY AMERCIAN ACT In accordance with FAR 25.103(e) Information technology that is a commercial item, the Buy American Act does not apply to this RFQ. However, FAR 52.225-13, Restrictions on Certain Foreign Purchases, does still apply. EVALUATION OF QUOTES In accordance with FAR 12.602, this RFQ will be evaluated using procedures in FAR 13.106. Quotes shall be evaluated on the following criteria; Lowest price that conforms to the requirements of the RFQ. Quotes will be sorted by price prior to evaluation and evaluation will start with the lowest priced quote. Once the lowest priced quote that conforms to the requirements of the RFQ has been identified, no further evaluations shall be conducted. PAST PERFORMANCE: Past performance information will be use as part of this solicitation in determining Contractor Responsibility of the apparent awardee, in accordance with FAR Subpart 9.1. Past performance shall be drawn from reports downloaded from https://www.ppirs.gov/ and recorded on a "Go/No Go" bases. REPRESENTATIONS AND CERTIFICATIONS (Reps and Certs) FAR Clause 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, has been incorporated into this RFQ in full text. If an Offeror has not completed their registration in the System for Award Management (SAM) at https://www.sam.gov and submitted their electronic Reps and Certs, they may submit the completed FAR Clause 52.212-3 with their offer. However, Offeror who have not registered in SAM and completed their electronic Reps and Certs at the time of award SHALL NOT be considered for award. Additionally, Offeror's who do not have a current SAM registration at the time of award, shall not be considered for award. See FAR 4.1102. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. The following listed FAR clauses apply to this solicitation and are hereby incorporated: CLAUSES INCORPORATED BY REFERANCE FAR 52.212-1, Instruction to Offerors Commercial Items. The following addendum is provided to this provision: Quotations submitted shall contain - --SOLICITATION NUMBER; --COMPANY NAME; --ADDRESS; --COMPANY POINT OF CONTACT NAME; --COMPANY E-MAIL ADDRESS; --COMPANY TELEPHONE NUMBER; --PROPOSED DELIVERY SCHEDULE; --TERMS OF THE EXPRESSED WARRANTY; --PRICE; --ANY PAYMENT DISCOUNT TERMS; AND --ACKNOWLEDGEMENT OF ANY AND ALL AMENDMENTS TO THIS RFQ. FAR 52.209-6, Protection the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; 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 [IAW FAR 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; --FAR 52.222-3, Convict Labor; --FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; --FAR 52.222-21, Prohibition of Segregated Facilities; --FAR 52.222-22, Previous Contracts and Compliance Reports; --FAR 52.222-26 Equal Opportunity (E.O. 11246); --FAR 52.222-35, Equal Opportunity for Veterans; --FAR 52.222-36, Equal Opportunity for Workers with Disabilities; --FAR 52.222-37, Employment Reports on Veterans; --FAR 52.222-50, Combating Trafficking in Persons --FAR 52.225-13, Restrictions on Certain Foreign Purchases; --FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. --FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); d)(2) and (3)); and --FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels.] FAR 52.252-2, Clauses Incorporated by Reference HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. IAW HSAR 3052.212-70 the following clauses are hereby incorporated by reference: --HSAR 3052.247-72 F.o.B. Destination Only. CLAUSES IN FULL TEXT FAR 52.212-3 Offeror Representations and Certifications-Commercial Items HSAR 52.209-70 Prohibition on Contracts with Corporate Expatriates (See Attached file for full text)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-15-Q-00390/listing.html)
 
Place of Performance
Address: USCIS/DHS/OIT, 111 MASSACHUSETTS AVE NW, Washington, District of Columbia, 20529, United States
Zip Code: 20529
 
Record
SN03837929-W 20150815/150813235931-c293fd6c786033643b2f97c63bd1f4f9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.