Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
SOLICITATION NOTICE

58 -- Mobile and Cellular Devices - Brand Name Justification

Notice Date
6/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service, 1315 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
EE133E17RQ0547
 
Archive Date
7/29/2017
 
Point of Contact
Joel L. Perlroth, Phone: (301) 713-9204, Joel Perlroth, Phone: 3015405024
 
E-Mail Address
joel.l.perlroth@noaa.gov, joel.l.perlroth@noaa.gov
(joel.l.perlroth@noaa.gov, joel.l.perlroth@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification 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; quotes are being requested and a written solicitation will not be issued. This solicitation is conducted as an unrestricted procurement. The North American Industry Classification System (NAICS) code is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a corresponding Small Business Size standard of 1250 Employees. The intent is to award a Blanket Purchase Agreement (BPA) pursuant to Simplified Acquisition Procedures FAR Part 13. The BPA consists of a 48 month ordering period. This BPA does not contain any additional option periods. The Government has no minimum guarantee. The total value of all "Calls" placed against the BPAs shall not exceed $150,000.00 inclusive of all awards. All obligations will be made through the Issuance of individual "Calls. The Government has no minimum guarantee or maximum ordering limitation under this BPA. The Request for Quotation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. The full text of the FAR provisions and clauses can be accessed on the Internet at www.acquisition.gov or at http://farsite.hill.af.mil/ The equipment anticipated shall be UNLOCKED for immediate usage outside the US by various carriers, AT &T, Verizon or T-Mobile. The equipment anticipated to be procured under the BPA is below: Current authorized iOS Devices iPhone 7 32GB iPhone 7 128GB iPhone 7 256GB iPhone 7 Plus 32GB iPhone 7 Plus 128GB iPhone 7 Plus 256GB The phones shall include all accessories that come with the purchase of a new phone. The iPhones shall include USB cable and power adaptors, EarPods with Lightning Connector and Lightning to 3.5 mm Headphone Jack Adapter. iPad Mini 4 128GB iPad Pro (9.7) 32GB iPad Pro (9.7) 128GB iPad Pro (9.7) 256GB iPad Pro 128GB iPad Pro (12.9) 256GB Current authorized Android Devices Samsung SAFE (KNOX) Devices Samsung Galaxy S7, S7 Edge, S8, S8 Plus Samsung Galaxy Note 5 Samsung Galaxy Tab E, Tab E (8.0) Samsung Galaxy Tab S2 (8.0, 9.7) The first call will consist of the following devices Equipment at award would be below: 1. iPhones - 50 (refresh 38 existing phones with new phones using same numbers, remaining 12 are for new staff/hires) The device type and quantities are as follows: Quantity 38 iPhone 7 32GB Quantity 12 iPhones 7 128GB 2. iPads - 31 (refresh 21 existing iPads with new iPads using the same numbers, remaining 10 iPads are for new staff/hires) The device type and quantities are as follows: Quantity 26 iPad Pro 9.7 32GB Quantity 5 iPad Pro 9.7 128GB This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-95 effective January 13, 2017. Submit written quotes (oral quotes will not be accepted). The Contract Line Items Number (CLIN) pricing structure for the Schedule is based on the firm fixed unit prices to establish the BPA. Interested vendors must be currently active in the Central Contractor Registration (CCR) database. This registration is free and can be accessed at the System for Award Management (SAM) website, https://www.sam.gov. SUBMISSION INSTRUCTIONS The vendor is required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. The vendor shall be compliant with the requirements as stated in sections (vi) and (vii). Failure to meet a requirement may result in the vendor being ineligible for award. The vendor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.239-70 Software License Addendum CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 1335 East West Highway, room 8472, silver Spring, MD 20910; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The following FAR Provisions and Clauses are incorporated by reference: FAR 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2015) applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation (see xii). Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show- a) The request for quotation number; b) A price for each individual device in the schedule and any discount terms; c) The name, address, and telephone number of the vendor; d) CAGE Code; e) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; f) "Remit to" address, if different than mailing address; g) Vendors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2011). (see FAR 52.212-3(b) for those representations and certifications that the vendor shall complete electronically); FAR 52.212-3(b) can be found at http://farsite.hill.af.mil/ and at http://acquisition.gov under the Federal Acquisition Regulations (FAR) Tab, Part 52). Please note, since the Contracting Office is able to pull a vendor's representations and certifications with their CAGE code, vendors who have already registered at http://SAM.gov AND have no changes to their representations and certifications only need to supply their CAGE code instead of recompleting the representations and certifications again. h) Acknowledgment of solicitation amendments (Only required if amendments are released). PLEASE NOTE: Vendors interested in providing a quote shall only provide one (1) quote which clearly outlines the price for each individual CLIN. In the event that multiple quotes are received from the same vendor, only the last quote received will be considered for award. 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) Clauses and Provisions Incorporated by Full Text 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a single contract resulting from this solicitation to the responsible vendor whose technically acceptable quote represents the best value to the government and results in the lowest evaluated price. Vendors must provide a price for each contract line item (CLIN) or the quote will not be eligible for award. Any quote that fails to cite\ a price for each item or fails to make an entry that indicates line item will be provided at no charge will be rejected as Technically Unacceptable. The following factors will be used to evaluate offers: (i) The Government will evaluate the lowest priced quote for technical acceptability first. If the lowest quote is deemed technically acceptable, then the evaluation process stops at this point. Award will be made to that vendor without further consideration of any other quotes. If the lowest quote is not technically acceptable, then the next lowest will be evaluated for technical acceptability, and so forth, until a quote is found to be technically acceptable. (ii) Technical Acceptability. In order to be determined technically acceptable the vendor's quote must clearly demonstrate that the items in the quote meet or exceed the minimum requirements outlined in Section (vi) above. (iii) The Government will use the following ratings and descriptions to determine Technical Acceptability. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Offer clearly meets the minimum requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum requirements of the solicitation. (b) Options. N/A (c) A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful vendor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.203-99, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (1) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of Provision) 52.203-98, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAR 2016) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (NOV 2015) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) 52.222-21, Prohibition of Segregated Facilities, (APR 2015) 52.222-26, Equal Opportunity, (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act -- Supplies, (MAY 2014) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All questions pertaining to this RFQ must be submitted in writing to Joel.L.Perlroth@noaa.gov. (E-mail only) by 1:00 P.M. EST on July 6, 2017. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 1:00 P.M. EST on July 14, 2017; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Joel.L.Perlroth@noaa.gov The anticipated award date is on or about July 20, 2017. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/ solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Joel.L.Perlroth@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NCDCMD/EE133E17RQ0547/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910-3281, United States
Zip Code: 20910-3281
 
Record
SN04561900-W 20170630/170628235607-7d102f5777c965172eaba94d20dfc45b (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.