Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
MODIFICATION

70 -- Apple MacBook Pro Laptop

Notice Date
8/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
 
ZIP Code
78234-6102
 
Solicitation Number
W912CL12T0088
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
Nancy Svabek, 210 221-6682
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(nancy.r.svabek.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is issued to correct the closing date and time to 31 AUGUST 2012, 1100 AM (CDT). (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, 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. (ii) The solicitation number is W912CL-12-T-0010221194, and it is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective May 18, 2012. (iv) This solicitation is being competed as a 100% small business set-aside. The applicable NAICS code is 334111 and small business size is 1000 employees. (v) A list of contract line item number(s) and items, quantities and units of measure is as follows: CLIN; DESCRIPTION; MODEL NUMBER; QTY; UI; 0001; 15" Mac Book Pro; APPLE Z0MW; 4;EACH (vi)This is a BRAND NAME acquisition in accordance with FAR 52.111-6, products must meet the following salient physical, functional, or performance characteristics minimum requirements: 1. 15" Inch Dimension 2. 2.7 GHz Quad-Core Intel i7, Turbo Boost up to 3.7 GHz 3. 8 GB 1600 MHz DDR3 SDRAM-2x4 GB 4. 1 TB Serial ATA Drive @ 5400 rpm 5. SuperDrive 8x (DVD +/- R DL/DVD +/- RW/CD-RW) 6. MacBook Pro 15 inch Hi-Res Antiglare Widescreen Display 7. Backlit Keyboard (English) and Users Guide (English) 8. Accessory Kit (vii)Date(s) and place(s) of delivery and acceptance and FOB point. 30 Days after agreement announcement. HQ MAIN CMD POST US ARMY SOUTH 4130 Stanley Road, STE 501 FORT SAM HOUSTON TX 78234-7531 (viii)The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-1 ADDENDUM - ALL OR NONE. Paragraph (h) is modified as follows: ONLY ONE AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERS SUBMITTED FOR LESS THAN THE TOTAL QUANTITIES OF ALL THE ITEMS IN THIS SOLICITATION WILL NOT BE CONSIDERED FOR AWARD. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. The evaluation criteria to be included in paragraph (a) of that provision, listed in descending order of importance are: (i) technical capability of the item offered to meet the Government requirement (ii) Price, Technical capability is approximately equal to price. i.Factor 1: Technical Evaluation. In order to be determined Technically Acceptable for this factor; vendors must provide a quote on the brand name specified in the line items or on an equal substitute that meets salient characteristics of the brand name item (see paragraph vi). Equal item quotes must list the manufacturer and part number and must be accompanied by literature and/or a brochure including photographs and/or drawings. The descriptive literature must demonstrate how the proposed equal meets the salient characteristics of the brand name item listed in CLINs 0001 and failure to include such descriptive literature with the quote may render the quote technically unacceptable. The agency will evaluate the proposed equal product by comparing its salient characteristics listed in the descriptive literature with the salient characteristics of the brand name item. The agency will accept only those proposed equal items whose characteristics match those of the brand name item ii. Factor 2: Price. Government will conduct a price evaluation of all Technically Acceptable quotes. The price evaluation will consist of a comparison of all Technically Acceptable quotes submitted with each other. Prices will be ranked by total evaluated price. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition The following are any additional FAR clauses applicable to the acquisition. 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns JAN 2011 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.225-7000Buy American Act And Balance of Payments Program CertificateJUN2012 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea MAY 2002 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 410th Contracting Support Brigade Regional Contracting Center Americas 4075 Gorgas Circle, Bldg 1026 Fort Sam Houston, TX 78234-2662 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it: ____ (1) DOES anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ____ (2) DOES NOT anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) HQ AMC LEVEL PROTEST If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) TO BE COMPLETED AT TIME OF AWARD (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combination Invoice: (Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but not supportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and ``Receiving Report'' (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC Issue by DoDAAC Inspect By DoDAAC Ship to Code Service Acceptor (DoDAAC) ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and sub-line item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. INSPECTOR: TRANSPORTATION OFFICE: RECEIVING OFFICE POC: CONTRACT SPECIALIST: CONTRACTING OFFICER: (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (xiii) None. (xiv) None. (xv) Offers are to be sent by email to nancy.r.svabek.civ@mail.mil, CC to, michael.a.mignano.mil@mail.mil no later than 31 August 2012, 11 a.m. Central Daylight Time (CDT). (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Nancy Svabek Contract Specialist 410th Contracting Support Brigade Regional Contracting Center Americas 4075 Gorgas Circle Fort Sam Houston, TX 78234-2662 210 221-6682
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c22a58dfbef77fc63a9437ee19a0c7bb)
 
Place of Performance
Address: Mission Division (PARC Americas 410th CSB) 4075 Gorgas Circle Bldg 1026, Fort Sam Houston TX
Zip Code: 78234-6102
 
Record
SN02862478-W 20120901/120831000708-c22a58dfbef77fc63a9437ee19a0c7bb (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.