Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

70 -- HP ZBook 17 G4 Mobile Workstations

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-2831
 
Archive Date
10/12/2018
 
Point of Contact
Michael N. Ouellette, Phone: 4018325568
 
E-Mail Address
Michael.ouellette@navy.mil
(Michael.ouellette@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-2831. The Government intends to broaden competition by providing offerors with the maximum opportunity to supply the Governments needs by allowing for brand name or equal. The minimum specifications that equal products must meet or exceed are below. All offers must include a detailed product specification sheet that demonstrates your products will meet all the required minimum specifications. The Naval Undersea Warfare Center, Division Newport ("NUWCDIVNPT") is seeking a Firm Fixed Price ("FFP") quote for the following: Requirement (Brand Name or Eqaul) Minimum Requirements Quantity 7 Product HP ZBook 17 G4 Mobile Workstation Processor Label Intel Xeon Label Operating System Windows 10 Pro 64-Bit Monitor 17.3 FHD AG LED UWVA flat CPU Intel® Xeon® E3-1535M v6 (3.10 GHz, 8 MB Cache, 4 core) RAM 32GB (4x8GB) DDR4 2400 ECC DIB Misc 2nd Hard Drive Carrier Cage Storage - 1 st Drive 1 st drive - 512GB PCIe NVMe TLC SSD Storage - 2 nd Drive 1TB 7200 RPM SATA-3 Graphics NVIDIA Quadro P5000 16GB Graphics Energy Efficiency eStar Enable IOPT Integrated Camera No Webcam Wireless LAN No WLAN / No Bluetooth Keyboard Dual Point Backlit spill-resistant US AC Adapter 200 Watt Smart PFC Slim Battery 6 Cell 96 WHr Long Life Recovery Media Win 10 Driver DVD Out of Band Management No vPro AMT supported Power Cord C13 1.8m Power Cord Country Kit Country Localization US Security Integrated CAC Reader, TPM 2.0, Fingerprint Reader Section 508 Must be compliant Docking Station HP Model P5Q61AA or 2UK38AA. In particular, the following are minimum requirements for the docking station: -200-230W power -Two+ Display Port 1.2 ports -Three+ USB 3.0 Ports -VGA Port -Ethernet port -Thunderbolt 3 port -Headphone Jack Warranty 3/3/3 US Add On - Next Day HW support, Media Retention HP 3 Year Next Business Day Onsite w/Defective Media Retention Notebook Only Service New equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This is a firm fixed price (FFP) requirement. Quotations should include ALL costs (including shipping) in the total price. This requirement is set aside 100% for small business under NAICS Code 334111. The applicable size standard is 1,250 employees. If no surcharge is applicable, Government Purchase Card is the preferred method of payment. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies Offerors must be registered in System for Award Management ("SAM"). Registration information can be found at https://www.sam.gov. Delivery: FOB Destination to Newport, RI (02841) (Please provide best delivery date in the quote) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. The provision 52.209-11, Representation by Corporations Regarding Delinquent Tax applies to the solicitation. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this solicitation. DFARS clauses 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable offer. In order to be determined technically acceptable: (1) the offeror must quote items in their required quantities meeting or exceeding the minimum specifications; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (currently, Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall include price, delivery terms, detailed product specification sheets that demonstrates your products will meet all the required minimum specifications and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor CAGE Code, and contractor DUNS. Offers must be submitted via email to Michael.ouellette@navy.mil. Offers must be received on or before 2:00 p.m. on 13 September 2018. For questions pertaining to this acquisition, please contact Michael Ouellette by email: Michael.ouellette@navy.mil. AMENDMENT #1: The purpose of this amendment is to answer a question from industry. Q: Does this require TAA compliance? A: No AMENDMENT #2: The purpose of this amendment change the response date from 9/12/18 @ 2:00p.m. to 9/13/18 @ 2:00 p.m.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2831/listing.html)
 
Place of Performance
Address: 1176 Howell Street, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN05088826-W 20180915/180913231707-8af40b0aefc8b0b5d6c1ca7d589b77a5 (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.