Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

70 -- Computer Workstations - Package #1

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-15-T-C007
 
Point of Contact
Christy Love, Phone: 6016342571
 
E-Mail Address
Christy.J.Love@usace.army.mil
(Christy.J.Love@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 revised Attachment 1 revised Combined Synopsis/Solicitation Computer Workstations Vicksburg, MS This is a combined synopsis/solicitation for commercial items 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. The solicitation number is W12HZ-15-T-C007 and is being issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-74. The small business standard for the associated NAICS code is 334111 with a size standard of 1,000. The solicitation will be competed as a 100% Small Business Set-Aside. The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting proposals to provide: A quantity of four Apple Mac Pro computer workstations and accessories. The workstations must be compatible with the existing Apple Mac Pro workstation for the Structural Engineering Branch (STEB), Geotechnical and Structures Laboratory. See Single Source Justification attached. The Contractor shall provide four new complete Mac Pro computers workstations and accessories in accordance with the attached description of requirement Attachment 1: Delivery must be completed within 30 days after award to: SHIPPING/RECEIVING AREA C/O Sarah McComas 3909 HALLS FERRY RD VICKSBURG MS 39181-6199 All items shall include shipping costs FOB Destination to ERDC Vicksburg, MS. Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall read as follows: (a) 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; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, is approximately equal to price. To be determined Technically Acceptable offerors shall submit the following with their quote package; 1) Vendor must provide at time of submission of quote their Apple Authorized distributor information (POC, Phone Number, Reseller ID #) and/or any documentation supporting that the items are actually coming from that distributor, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award. 2)Vendor must include a completed Bid Submission Form (Attachment 2) and include a detailed list of all items being provided. 3)Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items, with their offer (See Attachment 3). It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award type. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance. The Government intends to award without discussions. However, reserves the right to hold discussions, if necessary. The following FAR and DFAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation: 52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation by Reference of Representations and Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation of Supplies by Sea; The following FAR and DFAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment 3): 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. NOTES: 1) Lack of registration in the SAM database will make an offeror ineligible for award. 2) Quotes are due 21 September 2015 not later than 2:00 p.m. (CST) and may be submitted electronically via email, providing that they are complete and provide all required information to: Christy.J.Love@usace.army.mil or by fax to 601-634-3929 ATTN: Christy J. Love. Information concerning this solicitation may be addressed via email. 3) The Contractor is responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. *** This Combined Synopis Solicitation has been amended to change the required delivery date to 30 days after award of contract. See revised attachments for changes. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-15-T-C007/listing.html)
 
Place of Performance
Address: 3909 HALLS FERRY RD, VICKSBURG, Mississippi, 39181, United States
Zip Code: 39181
 
Record
SN03890986-W 20150919/150917235533-97c1761f571b9fb8cca3d8210be14930 (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.