Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

70 -- Computers for Chapter 31 Veterans - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Midwest District Contracting;9700 Page Avenue;St Louis, MO 63132
 
ZIP Code
63132
 
Solicitation Number
VA101V17Q0394
 
Response Due
8/23/2017
 
Archive Date
9/22/2017
 
Point of Contact
Jorge Martin
 
E-Mail Address
Martin@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. VA101V-17-Q-0394 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. The combined synopsis/solicitation is set aside for Service Disabled Veteran Own Small Business concerns only. Only quotes submitted by Service Disabled Veteran Own Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Service Disabled Veteran Own Small Business will not be considered for award. Note that only VA verified SDVOSBs in the VIP database at the time of contract award will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The applicable NAIC Code for this solicitation is 334111 Electronic Computer Manufacturing, and the Small Business Size limitation is 1,250 Employees. The contractor shall provide the following items. CLIN 0001: HP- ProBook 450 G4 15.6 Notebook Intel Core i7-7500U Dual core (2 Core) 2.70 Ghz 8GB DDR4 SDRAM 500 GB HDD Windows 10 Pro 64-bit (English) 1920 x 1080 DVD-Writer Intel HD Graphics 620 DDR4 SDRAM Bluetooth English Keyboard Front Camera/Webcam IEEE 802.11a/b/g/n/ac Gigabit Ethernet Network (RJ-45) 2 x USB 3.0 Ports (3-cell), Part#: Y9F98UT#ABA or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0002: HP Care Pack Hardware Support with Accidental Damage Protection 3 Year-Service 9 x 5 Next Business Day On-site Maintenance Parts & Labor- Electronic and Physical Service, Part#: UZ279E or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0003: Absolute Computrace LoJack for Laptops Standard for Laptops - Subscription Package - 1 Notebook - 3 Year PC, Part#: LJS-RE-P5-WIN-36 or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0004: Off Home and Student 2016 WIN English NA, Part#: 79G-04589 or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0005: EXP Endpoint Protection 14 Per User Bndl Std Lic Ba Essen 36MO, Part#: 2QQQOZF0-EI3EA or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0006: HP LaserJet Pro M130fw Laser Multifunction Printer - Monochrome - Plain Paper Print - Desktop - Copier/Fax/Printer/Scanner - 23 ppm Mono Print - 600 x 600 dpi Print - Manual Duplex Print - 1 x Input Tray 150 Sheet, 1 x Output Tray 100 Sheet, 1 x Automatic Document Feeder 35 Sheet - 2.7" LCD Touchscreen - 1200 dpi Optical Scan - 150 sheets Input - Fast Ethernet - Wireless LAN USB, Part#: G3Q60A#BGJ or equal. Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0007: HP Care Pack Hardware Support - 3 Year - Service - 9 x 5 Next Business Day - Exchange - Electronic and Physical Service Part#: UQ221E or equal. Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0008: HP 17A Original Toner Cartridge - Black - Laser Standard Yield 1600 Page, Part#: CF217A or equal. Unit Price___________ ;Quantity:70; Unit of Issue: EA; Extended Price ____________ CLIN 0009: Belkin Mini Surge Protector w/ USB Charger - 3 x AC Power, 2 x USB - 918 J - 5 V DC Output Part#: BZ103050-TVL or equal. Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0010: Verbatim 32GB USB Flash Drive - 32 GB USB-Blue, Part#: 97408 or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0011: Targus 16" Metro Roller Notebook Bag Polyester, Part#: TBR003US or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0012: Logitech Wireless Combo MK345 - USB Wireless RF Keyboard - Black - USB Wireless RF Mouse -Optical - 1000 dpi - 3 Button - Scroll Wheel - Black- On/Off Switch Hot Key(s) - Right-handed Only - AAA, AA - Compatible with Computer (PC), Part#: 920-006481 or equal Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ CLIN 0013: Uninstall Microsoft Office Trial and install Microsoft Home and Student 2016. Uninstall trial antivirus and install Symantec 14 Endpoint 3 year. Install Windows 10 Part#: CUSTOM40 or equal. Office Document Explaining How to Activate Unit Price___________ ;Quantity: 70; Unit of Issue: EA; Extended Price ____________ Description of Requirement The contractor shall provide all computers and accessories, labor, transportation, and supplies required to delivery an estimated 70 computer packages. The quantity of 70 is only an estimate. The contractor agrees to increase or decrease the contract to account for the actual amount of computer packages provided. Increases and decreases shall be per established contract prizes. The contractor shall provide an estimated 70 Computer System Packages which contain one of each of CLINS 0001-0013. The computer shall be preloaded with all software to include antivirus and antitheft and tested before shipment. SEE ATTACHED STATEMENT OF WORK FOR DETAILS. Period of Performance: The Period of Performance is 12 months from award date. FOB Destination Point: Deliveries are to veterans homes within residential neighborhoods. VR&E mission requirements dictate scattered delivery addresses throughout Missouri and scattered delivery dates during a 12 month period. Contractor shall be provided with each Veteran s delivery address information after contract award. Contractor shall delivery each computer package within 30 days of being provided delivery address information for a respective veteran. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.211-6 Brand Name or Equal (AUG 1999) 52.216-1 Type of Contract (APR 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.270-1 Representatives of Contracting Officers (JAN 2008) Offers will be evaluated as follows: Criteria: The Government will evaluate offers submitted in response to this solicitation based on a consideration of the following factor: Price. Price: Price will be evaluated to determine if it is fair and reasonable. Brand Name or Equal: Contractor shall provide a list of all proposed equipment with description, model numbers, quantities, unit and extended price. The salient physical, functional, or performance characteristics that equal products must meet are specified within this combined synopsis solicitation s section v. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this RFQ. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced within this combined synopsis solicitation s section v. Basis for Award: The Government shall make award to that quote that is found to be the lowest priced based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides (JUL 2016) (DEVIATION). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-71 Inspection (JAN 2008) VAAR 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of 3 years, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2014) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (29) 52.222-35 Equal Opportunity for Veterans (OCT 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37 Employment Reports on Veterans (FEB 2016) (32) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (43) 52.223-16 Acquisition of EPEAT ®-Registered Personal Computer Products (OCT 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (48) 52.225-1 Buy American--Supplies (MAY 2014) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) Paragraph c applicable clauses: N/A N/A N/A Quotes are due no later than Aug 23, 2017 by 5:00 PM Central Time. The vendor must be active in SAM and verified as a SDVOSB in Vetbiz.gov to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Please provide descriptive literature and detailed specifications for only proposed equal items. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. Quotes shall be submitted electronically to email address Jorge.Martin@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation # VA101V-17-Q-0394. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Jorge Martin at (314) 253-5386 or by e-mail at Jorge.Martin@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0394/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0394 VA101V-17-Q-0394.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727750&FileName=VA101V-17-Q-0394-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727750&FileName=VA101V-17-Q-0394-000.docx

 
File Name: VA101V-17-Q-0394 Statement of Work.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727751&FileName=VA101V-17-Q-0394-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727751&FileName=VA101V-17-Q-0394-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Complete delivery addresses will be provided;at the time of award.;Multiple Delivery Addresses;Missouri
Zip Code: 63132
 
Record
SN04625091-W 20170813/170811232040-69830d3450848e70a53ada73f2c24750 (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  © 1994-2020, Loren Data Corp.