Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2017 FBO #5627
DOCUMENT

70 -- Copy of Computer Equip 333 CR VRE - Attachment

Notice Date
4/18/2017
 
Notice Type
Attachment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V17Q0190
 
Response Due
4/28/2017
 
Archive Date
7/27/2017
 
Point of Contact
Rebecca S. Quilhot
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. VA101V-17-Q-0190 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. The solicitation is set aside for Service-Disabled Veteran- Owned Small Business concerns only. The applicable NAICS Code for this solicitation is 423430 and the Small Business Size limitation is 250 Employees. Only offers from SDVOB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all equipment and shipping as requested on the list below. This is a request for brand named equipment only. Description of Requirement The contractor shall provide all equipment and shipping as requested on the list below. This is a request for brand named equipment only. vii. Period of Performance: Within 30 days after Receipt of Order. Specific veteran information will be disclosed to the contractor at the time of award via separate email. FOB Destination Point: For estimated shipping costs, equipment will be shipped to Cedar Rapids, Iowa 52404. WORKSTATION DESKTOP MANUFACTURER / MODEL QUANTITY DELIVERY ADDRESS SAMSUNG C34791 MONITOR 1 Cedar Rapids IA 52404 DELL S2716dgr 1 Cedar Rapids IA 52404 ASUS GTX 1080Ti 1 Cedar Rapids IA 52404 ASUS z170-ws 1 Cedar Rapids IA 52404 CORSAIR H115i CPU Cooler 1 Cedar Rapids IA 52404 CORSAIR Vengence led 64gb ddr4 1 Cedar Rapids IA 52404 SAMSUNG 960 evo m.2 500gb ssd x2 1 Cedar Rapids IA 52404 THERMALTAKE core x9 atx case 1 Cedar Rapids IA 52404 CORSAIR Pro 1200w 80+ psu 1 Cedar Rapids IA 52404 LG WH16NS40 1 Cedar Rapids IA 52404 Crucial 32gb Ram Kit CT9511862 1 Cedar Rapids IA 52404 SERVER NETWORK STORAGE MANUFACTURER / MODEL QUANTITY DELIVERY ADDRESS SUPERMICRO x10SDV-TLN4F-O 1 Cedar Rapids IA 52404 SAMSUNG 32gb Ram M393A4K40BB0-CPB 1 Cedar Rapids IA 52404 HGST 3tb NAS HDD x2 1 Cedar Rapids IA 52404 SEAGATE BARRACUDA 3tb HDD x2 1 Cedar Rapids IA 52404 NETGEAR Prosafe Switch 1 Cedar Rapids IA 52404 CNC 3D MODELING/FABRICATION MANUFACTURER / MODEL QUANTITY DELIVERY ADDRESS Solidworks Professional 1 Cedar Rapids IA 52404 Certiflat FabBlock 1 Cedar Rapids IA 52404 AHP AlphaTIG 200X (2016) 1 Cedar Rapids IA 52404 Pro VCM Suite GM 1 Cedar Rapids IA 52404 ASRock H97 Pro4 Motherboard 1 Cedar Rapids IA 52404 Intel Pentium G3258 Haswell CPU 1 Cedar Rapids IA 52404 3 TECO AC Servo Motors/Drives/encoder/power cable 1 Cedar Rapids IA 52404 Mesa Control Cards LinuxCNC 1 Cedar Rapids IA 52404 viii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership of Control of Offeror (JUL 2016) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.216-1 Type of Contract (APR 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) ix. Offers will be evaluated as follows: Criteria: The Government will evaluate offers submitted in response to this solicitation on a Best Value/ Lowest Evaluated Price. Specific name brand equipment has been requested. Deviations or equal brands will not be considered for award. If any equipment submitted is not the specific name brand, the Contractor s overall offer will not be considered for award. 2. Price: Price will be evaluated to determine if it is fair and reasonable. 3. Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced, Technically Acceptable based upon the stated strategy above. x. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JAN 2017) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/aol/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses (Apr 1984) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) LIMITATIONS ON SUBCONTRACTING - - MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor s offices where the contractor s business records or other proprietary data are retained and to review such business records regarding the contractor s compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor s business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70 Guarantee (JAN 2008) The Contractor guarantees the equipment against defective material, workmanship and performance for a period of 12 months, said guarantee to run from the date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement of material and parts shall be borne by the contractor. VAAR 852.246-71 Inspection (JAN 2008) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (1) 52.203-6 Restrictions on Subcontracting Sales to the Government (SEPT 2006) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (14) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (16) 52.219-8 Utilization of Small Business Concerns (OCT 2014) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (29) 52.222-35 Equal Opportunity for Veterans (OCT 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37 Employment Reports of Veterans (FEB 2016) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (48) 52.225-1 Buy American Supplies (MAY 2014) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (57) 52.232-3 3 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) xiii. N/A xiv. N/A xv. Offers are due no later than April 28, 2017 by 3:00 PM Central Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-17-Q-0190. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section along with your quote. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi. For additional information, please contact the Contracting Officer, Rebecca Quilhot at (563)424-5874, or via e-mail to rebecca.quilhot@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0190/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0190 VA101V-17-Q-0190.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3424549&FileName=VA101V-17-Q-0190-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3424549&FileName=VA101V-17-Q-0190-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Cedar Rapids, IA
Zip Code: 52404
 
Record
SN04476693-W 20170420/170418235450-bb7d10ce3bf76a284ac8f8af19afbb94 (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.