Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2015 FBO #4978
SOLICITATION NOTICE

35 -- MCFMIS Point of Sale (POS) Hardware - M00264-15-T-1055 - M00264-15-T-1055 RFQ - M00264-15-T-1055 PPQ

Notice Date
7/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M00264-15-T-1055
 
Archive Date
8/11/2015
 
Point of Contact
Monica L. Curley, Phone: 7037841922
 
E-Mail Address
monica.curley@usmc.mil
(monica.curley@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire SF 1449 Brand Name Only Justification THIS IS A COMBINED SYNOPSIS/SOLICITATION prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a response, which if timely received must be considered by the agency. The solicitation number M00264-15-T-1055 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFAR Change Notice 20110506. This proposed acquisition is a 100 percent Small Business Set Aside procurement. The North American Industrial Classification System (NAICS) code for this requirement is 334118. The size standard is 1,000. This solicitation is for Brand Name items. The Government intends to issue a single award to the lowest price technically acceptable offeror. ITEM NO. DESCRIPTION QTY UNIT OF ISSUE 0001 Point of Sale (POS) Hardware (Brand Name Only), 182 Each 0002 Service Maintenance Agreement (In accordance with attached Statement of Work), 1 Each Brand Name Hewlett Packard (HP) Point-of-Sale Hardware, SKU #K9P6OUS HP RP7 Retail System, Model 7800. SALIENT CHARACTERISTICS: • Windows 7 Professional 64bit OS • Intel Core i5-2400S 2.5G 6M HD 2000 CPU • 4GB DDR3-1600 SODIMM (1x4GB) RAM • 256GB SATA 2.5 SSD • Intel 6205 802.11 a/b/g/n Mini PCIe NIC • 15 inch Resistive AFD Display • 3/3/3 AiO Warranty • Performance Stand with Packaging • OEM Integrated Docking/Port Replicator Port • Integrated Microphone & Headphone Jacks • Integrated Audio Controller & Speaker • Minimum Trusted Platform Module (TPM) v1.2 or better • Minimum (1) RGB/VGA (15-Pin) for external video display • Minimum (2) USB v2.0 Ports • Provide separate USB cables (self-powered, no external power source is required) with serial and parallel ports if physical ports are not available. • Minimum Integrated or external USB Smart Card Reader (i.e., for DoD Common Access Card (CAC)). • HP RP7 Performance Stand with Packaging • HP RP7 Country Kit • Energy Star 5.0 Label • HP Presentation Barcode Scanner • HP PUSB Thermal Receipt Printer • HP Retail RP7 VFD Customer Display • HP Standard Duty Cash Drawer • HP Standard Duty Till w/ Lockable Lid • HP Cable Pack for Dual HP Cash Drawers • SCM USB CAC Card Reader • Omnikey 3821(FW6.00)Boxed CC-Cert.RoHS Con APC POWER SAVING BACK-UPS RS 1500 This is in support of Marine Corps Food Management Information System (MCFMIS) Point of Sales (POS), Washington D.C., 20380. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors-Commercial Items(see attached SF1449 for Addendum); FAR 52.212-2 Evaluation-Commercial Items (See attached SF1449 for Addendum); FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil. Applicable clauses cited in FAR 52.212-5 are: FAR 52.204-10 Reporting Subcontract Award; 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 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52-232-33 Payment by Electronic Fund Transfer; FAR 52.247-34 F.O.B. Destination; DFARS 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 AltA Central Contractor Registration; DFARS 252.211-7003 Alt 1 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; and DFARS 252.243-7001 Pricing of Contract Modifications. Quoters are to include a completed copy of the provision at FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Federal Tax ID Number, Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact (703) 784-3397. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1 and complete clause FAR 52.212-3 (ORCA). This solicitation is for brand name items only. An award will be made to the offeror who provides the quote that represents the lowest price technically acceptable (LPTA) as outlined in Addendum to 52.212-1 and 52.212-2. The closing date for this solicitation is 27 Jul 2015 at 15:00 (3:00 PM) EST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote, certificates, and questions to monica.curley@usmc.mil or fax to (703)784-1922.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-15-T-1055/listing.html)
 
Place of Performance
Address: 3000 Marine Corps, Pentagon, Washington, District of Columbia, 20380, United States
Zip Code: 20380
 
Record
SN03792002-W 20150711/150710000300-9700ee6b4133736dfded4e8cc1d465d8 (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.