Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

70 -- MacBook Pro - Brand Name J&A

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-18-Q-7023
 
Archive Date
9/20/2018
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name J&A This is a combined synopsis/solicitation for commercial services 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. This solicitation: W912JV-18-Q-7023 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 334111 and the small business size standard is 1,250 EMP. The following commercial items are requested: CLIN 0001 - 2 Each - 13-inch MacBook Pro with Touch Bar - Silver a. 2.3GHz quad-core 8th generation Intel Core i5 processor, Turbo Boost up to 3.8GHz b. Intel Iris Plus Graphics 655 c. 16GB 2133MHz LPDDR3 memory d. 1TB PCIe-based SSD e. Force Touch Trackpad f. Four Thunderbolt 3 ports g. Touch Bar and Touch ID h. Backlit Keyboard - US English i. USB-C to USB Adapter Delivery must be no later than 30 days after contract award. The delivery location is as follows: 173 FW Kingsley Field ANGB, Klamath Falls, Oregon 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. - All quotes shall be sent to SSgt Joel Sire via e-mail at joel.a.sire.mil@mail.mil. Quotes are required to be received no later than 5 September 2018, 12:00 PM PDT. Oral quotes will not be accepted. Collect calls will not be accepted. All quotes must be directly submitted by the firm that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a company with the intention of being award in "care of" will not be accepted. FAR 52.212-2 -- Evaluation -- Commercial Items. -The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. Offerors must fill out and submit completed clause with their proposal. 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. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7 -- System for Award Management. FAR 52.204-13 -- System for Award Management Maintenance. FAR 52.204-16 -- Commercial and Government Entity Code Reporting. FAR 52.204-18 -- Commercial and Government Entity Code Maintenance. FAR 52.204-22 -- Alternative Line Item Proposal. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-15 -- Energy Efficiency in Energy-Consuming Products. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-18 -- Availability of Funds. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39 -- Unenforceability of Unauthorized Obligations. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.215-7008 -- Only one Offer. DFARS 252.225-7001 -- Buy American and Balance of Payments Program. DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.244-7000 -- Subcontracts for Commercial Items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7023/listing.html)
 
Place of Performance
Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN05060311-W 20180830/180828231604-14e8b10251523ddb00b0221dc58b0483 (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.