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, 2013 FBO #4282
SOLICITATION NOTICE

70 -- Notebooks

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-13-Q-XP2249
 
Archive Date
9/10/2013
 
Point of Contact
Romy V Maglalang, Phone: (757) 628-4145, Robin S. Smalley, Phone: 757-628-4142
 
E-Mail Address
romeo.v.maglalang@uscg.mil, Robin.Smalley@uscg.mil
(romeo.v.maglalang@uscg.mil, Robin.Smalley@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Proposals/Quotes are being requested and a written solicitation will NOT be issued. This solicitation #HSCG84-13-Q-XP2249 is issued as a Request for Quote (RFQ).The incorporated Provisions and Clauses are those in effect through the Federal Acquisition Circular 2005-69, and may be obtained electronically at http://www.acquisition.gov/far. This RFQ is being solicited as a Set-Aside Total Small Business, Small, Women-Owned, Service-Disabled Veteran-Owned, HubZone, Small Disadvantaged Veteran-Owned, etc. The North American Industry Classification System (NAICS) is 423430, and Small Business Size Standard is 500 employees. The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures in FAR Part 13 for the Purchase of the following: DESCRIPTION OF REQUIREMENT: Provide 56 each, Acer Aspire Model #V5-171-73516G50ass, 11.6" Led Notebook, or equal, with the following minimum required configuration: Intel Core I7 I7-3517u 1.90 Ghz - 1366 X 768 Hd Display - 6 Gb Ram - 500 Gb Hdd - Intel Hd 4000 Graphics - Bluetooth - Webcam - Genuine Windows 8 - 8 Hour Battery Processor & Chipset Manufacturer: Intel Processor Type: Core i7 Processor Model: i7-3517U Processor Speed: Minimum 1.90 GHz Processor Core: Dual-core (2 Core); Cache: 4 MB Direct Media Interface: 5 GT/s 64-bit Processing Hyper-Threading: 4 Threads Minimum Chipset Manufacturer: Intel Chipset Model: HM77 Express Memory Requirement: Minimum RAM 6 GB Memory Technology: DDR3 SDRAM Number of Total Memory Slots: 2 Memory Card Reader: Yes Memory Card Supported Secure Digital (SD) Card MultiMediaCard (MMC) Storage: Hard Drive Capacity - Minimum 500 GB Display & Graphics: Screen Size: Must be 11.6" Display Screen Type: Active Matrix TFT Color LCD Display Screen Technology: CineCrystal Aspect Ratio: 16:9 HDCP Supported Graphics Controller Manufacturer: Intel Graphics Controller Model: HD 4000 Graphics Memory Technology: DDR3 SDRAM Graphics Memory Accessibility: Shared Minimum Network & Communication Requirements: Wi-Fi Wi-Fi Standard IEEE 802.11a/b/g/n Ethernet Technology: Gigabit Ethernet Bluetooth Bluetooth Standard: Bluetooth 4.0 + HS REQUIRED Built-in Devices: Webcam, Microphone, Speakers REQUIRED Interfaces/Ports: HDMI MINIMUM Number of USB Ports: 3 Number of USB 2.0 Ports: 2 Number of USB 3.0 Ports: 1 VGA Network (RJ-45) Audio Line Out REQUIRED Input Devices: Keyboard Pointing Device Type: TouchPad TouchPad Features: Multi-touch Gesture Battery Information: Minimum Number of Cells: 6-cel Power Description: Maximum Power Supply Wattage 40 W Maximum Physical Characteristics of unit: Height 1.1" Width 11.2" Depth 8.0" Required Delivery Date is within 30 days, after receipt of order, or sooner. Proposals/Offers must include: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (4) Price, estimated delivery date, and any discount terms; (5) "Remit to" address, if different than mailing address; (6) Federal Tax ID Number and DUNS Number; and (7) If the offer is not submitted on Form SF-1449 include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; The following Federal Acquisition Regulations (FAR) Provision and Clauses are applicable to this solicitation, and are incorporated by reference. Offerors may obtain full text of these provisions electronically at https://www.acquisition.gov/far: 52.204-7 Central Contractor Registration (Jul 2013) 52.204-8 Annual Representations and Certifications (Jul 2013) 52.212-1, Instruction to Offerors, Commercial Items (Feb. 12) 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 12) - An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the Annual Representations and Certifications electronically via https://www.acquisition.gov in accordance with FAR 4.1201. If an offeror has NOT completed the Annual Representations and Certifications electronically at the ORCA website accessed through https://www.acquisition.gov, the offeror shall complete only paragraphs (c) through (o) of this provision. Contractors MUST have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). The following Federal Acquisitions Regulation (FAR) provisions/clauses are applicable to this solicitation, and are incorporated by reference. Offerors may obtain full text versions of these clauses, electronically at http://www.acquisition.gov/far: 52.212-4 Contract Terms and Conditions-Commercial Items (Jul 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jul 2013) applies as follows: paragraph (b)(4),(12(i)),(16),(26),(27),(28),(29),(30),(31),(32),(38),(48) and (c)(1) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC-BSS-COB3E), intends to award a Firm-Fixed Price (FFP) Purchase Order, using Simplified Acquisition procedures, FAR Part 13, to the responsible vendor whose proposal/offer conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet basic requirements, price, and delivery date. NO CONSIDERATION WILL BE GIVEN TO QUOTES LACKING ANY INFORMATION SET FORTH IN THIS SOLICITATION. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION PARTICULARLY FAR PROVISION(S) 52.212-1 and 52.212-3. Offerors must submit quotes no later than August 26, 2013, at 11:30 a.m. EST. E-mailed quotes are acceptable and may be e-mailed to Romeo.V.Maglalang@uscg.mil or faxed to (757) 628-4231
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-13-Q-XP2249/listing.html)
 
Place of Performance
Address: 431 Crawford St, Portsmouth, Virginia, 23704, United States
Zip Code: 23704
 
Record
SN03147077-W 20130815/130813235609-68aac5249ddc6ae6e7d6ae97b4799b01 (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.