This RFQ closes on June 5, 2017 at 10:00 AM, Pacific Daylight Time (PDT)
Quotes must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil. under SSC Pacific/Simplified
Acquisitions/N66001-17-Q-
6466
All questions must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-17-Q-
6466
PLEASE NOTE:
1. Quotes and questions emailed directly to my email inbox will NOT be
considered.
2. If you need assistance with the website you MUST contact the SPAWAR
Helpdesk at 858-537-0644 or email at paperless.spawar.fct@navy.mil prior to the
closing
date.
This is a SSC Pacific combined synopsis/solicitation for commercial items
prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes the only solicitation. Competitive quotes are
being
requested under N66001-17-Q-6466. This requirement is set-aside for small
business,
NAICS code is 334111 and business size standard is 1000 employees.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced technically acceptable quote.
"Quotes will be evaluated on an all or none basis."
"All vendors must provide specifications long with the quote to be considered
for award".
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-95 (01/13/17) and Defense Federal Regulation
Supplement
(DFARS), DPN 12/22/2016.
It is the responsibility of the contractor to be familiar with the applicable
clauses and
provisions. The clauses can be accessed in full text at
www.farsite.hill.af.mil.
Competitive quotes are being requested for the following brand name or equal
too items:
Item 0001 20 each Brand name or equal too HP ZBook 17 G3 i7-6700HQ
TPM 2.0 CAC Card Reader
Processor: Intel Core i7-6700HQ with Intel HD
Graphics Card: NVIDIA Quadro M2000M with 4 GB
Operating System: None (Free DOS)
Memory: 32 GB 2133 DDR4 SDRAM (4 DIMM)
Keyboard: Back Lit
Hard Drive: 256 GB SATA TLC SSD
Screen: 17.3" Diagonal LED FHD UWVA Anti-glare
Webcam: No Webcam
Wireless: Intel 8260 ac (2x2) + Bluetooth 4.2
Mobile Broadband: None
Item 0002 20 each - Docking Station - Compatible with laptop
NOTES:
1. UID Labels are required on all equipment with a unit cost of $5,000 or
more per
DFARS 252-211-7003, Item Unique Identification & Valuation. If there is a cost
for UID
Labels, it must be listed on the quote as a separate priced line item, and if
not the labels
will be considered free of charge.
2. If shipping charges apply, at least an estimate must be shown on the quote
as a
separate priced line item.
Ship to address: 4297 Pacific Highway BLDG OT7 San Diego CA 92110
All responding vendors must be registered to the System for Award Management
(SAM)
website prior to award of contract. Information can be found at
https://www.sam.gov.
Complete SAM registration means a registered DUNS and CAGE Code numbers.
The following Clause apply:
52.204-7, System for Award Management OCT 2016
52.204-8 Annual Representations and Certifications DEC 2016
52.204-16, Commercial and Government Entity Code Reporting JUL 2016
52.204-17, Ownership or Control of Offer JUL 2016
52.204-20 Predecessor of Offeror JUL 2016
52.207-4 Economic Purchase QuantitySupplies AUG 1987
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations
Representation NOV 2015
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law FEB 2016
52.211-6, Brand Name or Equal AUG 1999
52.212-1, Instructions to Offerors -- Commercial Items (Tailored information
provided
Above) JAN 2017
52.212-2, Evaluation -- Commercial Items (Tailored information provided above)
OCT
2014
52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items
(As
Registered in SAM) JAN 2017
52-219-1 Small Business Program Representations--Alternate I SEP 2015
52.222-18 Certification Regarding Knowledge of Child Labor for Listed End
Products FEB
2001
52.222-22 Previous Contracts and Compliance Reports FEB 1999
52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals
Representation DEC 2016
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications APR 1984
52.252-1, Solicitation Provisions Incorporated by Reference FEB 1998
52.252-5 Authorized Deviations in Provisions APR 1984
252.203-7005, Representation Relating to Compensation of Former dod Officials
NOV
2011
252.203-7996, Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements Representation (DEVIATION 2016-O0003);
252.204-7004 Alternate A, System for Award Management FEB 2014
252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
OCT
2016
252.204-7011, Alternative Line Item Structure SEP 2011
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval SystemStatistical Reporting in Past Performance Evaluations JUN 2015
252.239-7017 Notice of Supply Chain Risk NOV 2013
Electronic and Information Technology (EIT) accessibility Standards developed
by the
U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2).
The
Technical Standards and their reference numbers are as follows: 1194.21
Software
applications and operating systems.
1194.22 Web-based intranet and internet information and applications.
1194.23 Telecommunications products. 1194.24 Video and multimedia products.
1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Peaches Francis, Contracting Officer, 619-553-4507
Contract Specialist