Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
SOLICITATION NOTICE

70 -- MOBILE EDITING SYSTEM - Combined Synopsis

Notice Date
6/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002861180834
 
Archive Date
7/22/2016
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.l.moore.civ@mail.mil
(shevonn.l.moore.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Combined Synopsis COMBINED SYNOPSIS/SOLICITATION: HQ002861180834 Title: MOBILE EDITING SYSTEM Description(s): COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name or Equal Procurement - see attached Salient Characteristics. a. Solicitation Number HQ002861180834 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-88, effective 16 May 2016 and DFARS Change Notice 20160510. c. This procurement is a brand name or equal requirement; associated with NAICS Code 334220 with a employee size of 750 and is restricted to Women Owned Small Business (WOSB) concerns. d. Description (Note: The Government reserves the right to award only one contract for the following items): PRICE EACH CLIN SEPARATELY CLIN 0001 - 87EA, P/N: M9R64AV CUSTOM; HP IDS E3-1505M 15 G3 BNBPC, W/THUNDERBOLT CONNECTIVITY AND DREAMCOLOR DISPLAY(M9R64AV); SYSTEM CONFIGURED AS: N3T99AV WIN 7 PROFESSIONAL 64 15, M9R72AV NVIDIA QUADRO M2000M GRAPHICS 15, M9R84AV NO WEBCAM 15, M9R81AV 15.6 LED DRM3 UHD UWVA AG 15, M9R96AV 16GB (2X8GB) 2133 ECC DDR4, M9S03AV 512GB Z TURBO DRIVE PCIE SSD 15, M9S14AV INTEL 8260 AC 2X2 +BT 4.1 COMBO, T4Q36AV NO WWAN MODULE 15, M9S21AV FINGERPRINT READER 15, M9S19AV 9 CELL 90 WHR LONG LIFE 15, P8A06AV 150 WATT SMART PFC SLIM AC ADAPTER 15, N3T86AV C5 1.0M POWER CORD 15, T3W32AV 3/3/3 WARRANTY 15, E9Z36AV AMT DISABLED MODULE, T3W27AV HDD CARRIER CAGE, M6P48AV SGX PERMANENT DISABLE IOPT W, M9S24AV DP BL 15, N3T85AV COUNTRY LOCALIZATION 15, G3R64AV WARRANTY BATT 3YR, M6P45AV ESTAR ENABLE IOPT W, N4V63AV INTEL XEON G6 TA LABEL, 1 EA, H4B81AA, HP 3-BUTTON USB LASER MOUSE (BIG DEAL #91075473), 1 EA, A7E38AA#ABA HP 230W ADVANCED DOCKING STATION. UNIT PRICE @ _____________ x 82EA = $__________________ CLIN 0002 -12EA, P/N: M9R64AV CUSTOM; HP IDS E3-1505M 15 G3 BNBPC, W/THUNDERBOLT CONNECTIVITY AND DREAMCOLOR DISPLAY(M9R64AV); SYSTEM CONFIGURED AS: N3T99AV WIN 7 PROFESSIONAL 64 15, M9R72AV NVIDIA QUADRO M2000M GRAPHICS 15, M9R84AV NO WEBCAM 15, M9R81AV 15.6 LED DRM3 UHD UWVA AG 15, M9R96AV 16GB (2X8GB) 2133 ECC DDR4, M9S03AV 512GB Z TURBO DRIVE PCIE SSD 15, M9S14AV INTEL 8260 AC 2X2 +BT 4.1 COMBO, T4Q36AV NO WWAN MODULE 15, M9S21AV FINGERPRINT READER 15, M9S19AV 9 CELL 90 WHR LONG LIFE 15, P8A06AV 150 WATT SMART PFC SLIM AC ADAPTER 15, N3T86AV C5 1.0M POWER CORD 15, T3W32AV 3/3/3 WARRANTY 15, E9Z36AV AMT DISABLED MODULE, T3W27AV HDD CARRIER CAGE, M6P48AV SGX PERMANENT DISABLE IOPT W, M9S24AV DP BL 15, N3T85AV COUNTRY LOCALIZATION 15, G3R64AV WARRANTY BATT 3YR, M6P45AV ESTAR ENABLE IOPT W, N4V63AV INTEL XEON G6 TA LABEL, 1 EA, H4B81AA, HP 3-BUTTON USB LASER MOUSE (BIG DEAL #91075473), 1 EA, A7E38AA#ABA HP 230W ADVANCED DOCKING STATION. UNIT PRICE @ _____________ x 12EA = $__________________ TOTAL PRICE FOR THIS QUOTE $____________________   Delivery and acceptance will be made at location: FOB DESTINATIONS: See the attached combined synopsis for FOB Destinations. f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (OCT 2015) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2016). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2015) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAR 2016)FAR 52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (FEB 2016) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 07 July 2016 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore at shevonn.l.moore.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002861180834 - MOBILE EDITING SYSTEM " to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Shevonn Moore Contract Specialist shevonn.l.moore.civ@mail.mil Phone: 951-413-2634 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2959c751d913e7cd1737db5cd6625a47)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN04138063-W 20160605/160603234536-2959c751d913e7cd1737db5cd6625a47 (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.