Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
DOCUMENT

70 -- Computers for Chapter 31 Veterans - Attachment

Notice Date
1/11/2018
 
Notice Type
Attachment
 
NAICS
#334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q0084
 
Response Due
2/12/2018
 
Archive Date
3/14/2018
 
Point of Contact
Eural Bennett
 
E-Mail Address
2-5712<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; proposals 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 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. 36C10E18Q0084 the combined Synopsis Solicitation is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAIC Code for this solicitation is 334111 Electronic Computer Manufacturing, and the Small Business Size Limitation is 1,250 Employees. Notebook Computer ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 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 X1080 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# V9F98UT#ABA or Equal Product. 180 EA $___________ $___________ Description of Requirement The contractor shall provide all computers and accessories, labor, transportation, and supplies required to deliver an estimated 180 computer packages. The quantity of 180 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 prices. Period of Performance: The Period of Performance is 12 months from the date of award. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. Offers will be evaluated on price only. 1. Criteria: The Government will evaluate offers submitted in response to this solicitation based on a consideration of the following factor: Price. 2. Price: Price will be evaluated to determine if it is fair and reasonable. 3. 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. 4. 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 Representation 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 provisions and clauses are added as addenda: 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) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 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 (DEVIATION) (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee VAAR 852.246-71 Inspection Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. 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. 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 clauses applicable: (1) 52.2013-6 Restriction on Subcontracting Sales to the Government (SEPT 2006), with ALT 1 (OCT 1995) (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015) (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 (DEC 2015) (25) 52.222-3 Convict Labor (JUN 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 (APR 2015) (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 for Veterans (FEB 2016) (32) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2015) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (43) 52.223-16 Acquisition of EPEAT Registered Personal Computer Products (OCT 2015) (48) 52.225-1 Buy American Act 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 Central Contractor Registry (JUL 2013) N/A N/A Quotes are due not later than Feb 12, 2018 by 5:00 PM CST. 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 ID Number, Full Name and Telephone Number of Vendor s Point of Contact. Please provide descriptive literature and detailed product 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. Offers must be submitted electronically to eural.bennett1@va.gov. The maximum size of each email cannot exceed 5mb. 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 # 36C10E18Q0084. 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, Eural Bennett at (414) 526-7813 or by email at eural.bennett1@va.gov. SEE ATTACHED STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q0084/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q0084 36C10E18Q0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4011518&FileName=36C10E18Q0084-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4011518&FileName=36C10E18Q0084-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04788248-W 20180113/180111231615-9b67838f8418eb354df8794e7a9029e6 (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.