Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

74 -- Computers - RFQ-19-160

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-19-160
 
Archive Date
9/24/2019
 
Point of Contact
Faye Goehring, Phone: 6052267328, Nichole R. Lerew, Phone: 6052267567
 
E-Mail Address
faye.goehring@ihs.gov, nichole.lerew@ihs.gov
(faye.goehring@ihs.gov, nichole.lerew@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Specifications list, Indian Firm Representation Form, and clauses A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. B. The Great Plains Area Indian Health Service (I.H.S) intends to award a Firm-Fixed Price, Commercial Item, purchase order in response to Request for Quote (RFQ) 19-160. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. D. The RFQ is issued at a 100% Indian Economic Enterprise Small business and associated with NACIS code 423430, which as a small business standard of 100 employees. E. The unit price is an all-inclusive (All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, federal, state and local taxes, contact the local Tribal TERO Office to see if taxes are applicable), plus all other cost pertinent to the performance of this purchase order. Utilize your most competitive and reasonable rates. Basis for award shall be based on the Lowest Price Technically Acceptable "LPTA". F. The Contract Line Items (CLINs) structure is as shown below. Brand Name or Equal CLIN 0001 Dell 24 ICM Monitor - P2418HZm 5 each @ $______________________________ CLIN 0002 Dell Limited Hardware Warranty 5 Each @ $____________________________ CLIN 0003 Advanced Exchange Service, 5 Years 5 Each @ $_____________________________ CLIN 0004 Latitude 5500 XCTO Base 5 Each @ $__________________________ CLIN 0005 16GB, 1x16GB, DDR4 Non-ECC 5 Each @ $________________________ CLIN 0006 Dual Pointing Backlit US English Keyboard 5 Each @ $_______________________ CLIN 0007 Driver for Intel® Dual Band Wireless AC 9560 (802.11ac) 2x2 + Bluetooth 5.0 5 Each @ $_____________________ CLIN 0008 M.2 512GB PCIe NVMe Class 35 Solid State Drive 5 Each @ $___________________________ CLIN 0009 Win 10 Pro 64 English, French, Spanish 5 Each @ $________________________________ CLIN 0010 US Order 5 Each @ $_________________________________ CLIN 0011 4 Cell 68Whr Long Life Battery (includes 3 year limited hardware warranty) 5 Each @ $_____________________________ CLIN 0012 No Mobile Broadband Card 5 EACH @ $______________________ CLIN 0013 Latitude 5500 bottom door 5 EACH @ $_______________________ CLIN 0014 No Mouse 5 EACH @ $______________________ CLIN 0015 Not ENERGY STAR Qualified 5 EACH @ $_____________________ CLIN 0016 Intel® Dual Band Wireless AC 9560 (802.11ac) 2x2 + Bluetooth 5.0 5 EACH @ $____________________________ CLIN 0017 US Power Cord 5 EACH @ $__________________________ CLIN 0018 OS-Windows Media Not Included 5 EACH @ $____________________________ CLIN 0019 BTO Standard Shipment (S) 5 EACH @ $____________________________ CLIN 0020 Safety/Environment and Regulatory Guide (English/French Multi-language) 5 EACH @ $______________________________ CLIN 0021 Dell Limited Hardware Warranty Extended Year(s) 5 EACH @ $_______________________ CLIN 0022 Dell Limited Hardware Warranty 5 EACH @ $_______________________________ CLIN 0023 ProSupport Plus: Next Business Day Onsite, 1 Year 5 EACH @ $______________________ CLIN 0024 ProSupport Plus 5 EACH @ $_______________________________ CLIN 0025 ProSupport Plus: Keep Your Hard Drive, 5 Years 5 EACH @ $_________________________ CLIN 0026 ProSupport Plus: Next Business Day Onsite, 4 Year Extended 5 EACH @ $_________________________ CLIN 0027 ProSupport Plus: Accidental Damage Service, 5 Years 5 EACH @ $______________________________ CLIN 0028 ProSupport Plus: 7x24 Technical Support, 5 Years 5 EACH @ $____________________________ CLIN 0029 No AutoPilot 5 EACH @ $___________________________ CLIN 0030 No UPC Label 5 EACH @ $__________________________ CLIN 0031 Intel vPro Technology Enabled 5 EACH @ $________________________________ CLIN 0032 No Resource DVD / USB 5 EACH @ $______________________________ CLIN 0033 DP Palmrest w/ Touch Fingerprint Reader,Contacted Smart Card 5 EACH @ $_______________________________ CLIN 0034 Setup and Features Guide 5 EACH @ $____________________________ CLIN 0035 No Option Included 5 EACH @ $_____________________________ CLIN 0036 No Removable CD/DVD Drive 5 EACH @ $____________________ CLIN 0037 Microsoft(R) Office 30 Days Trial 5 EACH @ $_________________________________ CLIN 0038 SupportAssist 5 EACH @ $_______________________________ CLIN 0039 Digital Delivery Cirrus Client 5 EACH @ $__________________________________ CLIN 0040 Dell Client System Update (Updates latest Dell Recommended BIOS, Drivers, Firmware and Apps) 5 EACH @ $____________________________________ CLIN 0041 Waves Maxx Audio 5 EACH @ $___________________________ CLIN 0042 Dell Developed Recovery Environment 5 EACH @ $______________________________ CLIN 0043 Dell Power Manager 5 EACH @ $_____________________________ CLIN 0044 Dell Latitude 5500 SRV 5 EACH @ $__________________________ CLIN 0045 No Anti-Virus Software 5 EACH @ $_____________________________ CLIN 0046 90W AC Power Adapter - 3-pin 7.4mm Barrel 5 EACH @ $___________________________ CLIN 0047 8th Generation Intel Core i7-8665U Processor (4 Core,8MB Cache,1.9GHz,15W, vPro-Capable) 5 EACH @ $_________________________ CLIN 0048 Intel Core i7-8665U Processor with Integrated Intel UHD 620 Graphics 5 EACH @ $______________________ CLIN 0049 Direct ship Info Mod 5 EACH @ $________________________ CLIN 0050 MIX SHIP Config (DAO/BCC) 5 EACH @ $______________ CLIN 0051 No FGA 5 EACH @ $________________ CLIN 0052 Encryption Enterprise, Digital Delivery 5 EACH @ $__________________________ CLIN 0053 ProSupport for Software, Encryption Enterprise, 1 Year 5 EACH @ $_____________________________ CLIN 0054 Regulatory Label, FCC 5 EACH @ $_____________________________ CLIN 0055 8th Gen Intel Core i7-8665U Processor (Quad Core, 8MB Cache, 1.9GHz,15W) 5 EACH @ $_____________________________ CLIN 0056 15.6" HD (1366 x 768) Anti-Glare Non-Touch, Microphone only, WLAN Capable 5 EACH @ $_________________________ CLIN 0057 C2G 2m High Speed HDMI Cable with Ethernet - 4k - UltraHD - 6ft - HDMI with Ethernet cable - 6.6 ft 5 EACH @ $_____________________________ CLIN 0058 USB Laser 6-Button Mouse,OptiPlex and Precision Desktop,Customer Install 5 EACH @ $____________________________ CLIN 0059 Customer Kit, 90W AC Adapter Auto-Air 5 EACH @ $__________________________ CLIN 0060 Dell KB813 Smartcard Reader Keyboard 5 EACH @ $__________________________ CLIN 0061 Privacy Filter - 15.6 5 EACH @ $_____________________________ CLIN 0062 Pro Backpack 15 5 EACH @ $_____________________ G. Computers H. Delivery to Woodrow Wilson Keeble Memorial Healthcare Center, 100 Lake Traverse Drive, Sisseton SD 57262 Period of Performance: Forty Five (45) days from the date of the award. I. FAR 52.212-1 Instructions to offerors- Commercials Items (October 2018) Offers may be submitted on the company letterhead stationery, signed and dated. It shall include the following in order to be considered technically acceptable: 1. Solicitation Number: RFQ-19-160 2. Closing Date: SEPTEMBER 18, 2019 @ 12:00 PM CST 3. Name, Address, and phone number of company and email of contact person. 4. Technical description of the service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. 5. Price and any discount terms 6. "Remit to" Address, if different than mailing address 7. A completed copy of the representations and certifications at FAR 52.212-3; see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. 8. Acknowledgement of Solicitation Amendments (if any issued). 9. Statement stating ability to meet qualifications and the requirements of the Statement of Work. 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions. In addition, Contractors shall provide the following: • Indian Firm Representation Form J. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (October 2018)-See attachment for full text. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) t through (o) of this provision. K. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (October 2018) - See attachment; in by reference L.. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (August 2019) - See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable. N. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Faye Goehring, Contract Specialist 115 4th Avenue SE, Room 309, Federal Building Aberdeen, South Dakota 57401 Fax 605-226-7328 e-mail: faye.goehring@ihs.gov Any questions please submit by September 16, 2019 @ 12:00 PM CST NOTICE TO OFFERORS: No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusion.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to performance work under this contract if listed on the LEIE (HHS Office of Inspector general List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. Contract will need a DUNS number, TIN number and be registered and active in SAM at www.sam.gov. The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no "Gray Market Goods" or "Counterfeit Electronic Parts" shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEM's) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-19-160/listing.html)
 
Place of Performance
Address: Woodrow Wilson Keeble Memorial Healthcare Clinic, 100 Lake Traversie Drive, Sisseton, South Dakota, 57401, United States
Zip Code: 57401
 
Record
SN05439011-W 20190912/190910231333-ace8f06b6e38864cd159695878532e85 (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.