The RFP Database
New business relationships start here

PAWNEE AGENCY - COMPUTERS/MONITORS


Oklahoma, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 solicitation number for this procurement is 140A0318Q0003 and is issued as a Request for Quote (RFQ).

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100 dated August 22, 2018.

This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return DIAR Clause 1452.280-4 (see below in clauses/provisions).

The associated North American Industry Classification System code (NAICS) is 334111 - Electronic Computer Manufacturing, and the size standard is 1250 employees.

The Bureau of Indian Affairs, Southern Plains Regional Office, intends to award a firm-fixed price contract for the following computers:

Pricing Schedule

CLIN 010: Name brand or equal to New Dell OptiPlex 7060
See attached specifications Qty 14


Unit Price$______________________x(14)= Total $______________

CLIN 020: Name brand or equal to Dell 27 Monitor P2717H Qty 22

Unit Price$______________________x(22)= Total $______________

CLIN 030: Name brand or equal to Dell UltraSharp 34 Curved Ultrawide Monitor U3417W Qty 3

Unit Price$______________________x(3)= Total $______________


Grand Total $______________________

No legacy hardware and equipment" will be accepted only brand new hardware and equipment. All product listed is required to be compatible with BIA Dell PowerEdge VRTX Server

The delivery location is The Bureau of Indian Affairs, Southern Plain Regional Office, 1 mile North on Hwy 281, Anadarko, Ok 73005 Delivery will be during normal office hours, Monday-Friday, 8:00-4:30. Inside Delivery to the designated area. It's a one level building with no stairs.

PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition.


FAR 52.212-2 EVALUATION COMMERCIAL ITEMS

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers:

(i) Factor 1: Technical Capability

(ii) Factor 2: Price

Technical capability is equal to price.

(b) Factor 1: Technical Capability

1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Technically Acceptable or Technically Unacceptable. In order to be technically acceptable, offers must meet or exceed the specifications, and other terms and conditions in the solicitation and any subsequent amendments. If providing comparable equipment, it is required to provide specification for each comparable equipment.

Sub factor (a) Delivery - Offeror must be able to make the delivery date requested in the RFQ. Delivery date will be February 1, 2019 If award date is later than December 22, 2018 then the delivery date will be moved to coincide with the award date.

Subfactor (b) Validation of Authorized Reseller/Partner Status Validation
- Offeror shall provide documentation validating Authorized Reseller/Partner Status Validation

2. Offeror shall meet all the requirements in RFQ and submit documentation to verify.

3. Technically Acceptable is defined as the item offered to the Government that meets the minimum requirements of the solicitation.

4. Technically Unacceptable is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation.

(c) Factor 2: Price

1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness.

(d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(e) Award Process:

1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either B?ResponsiveB? or B?Non-Responsive.B?

2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either Technically Acceptable or Technically Unacceptable.

3. Technically Acceptable quotations will be then ranked according to Price.

4. The lowest priced offeror who is technically acceptable will receive the award.

(f) A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerB?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision.
FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM
All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-3, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4.
FAR Clauses incorporated by reference: 52.204-7, 52.211-6, 52.217-8, 52.223-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.243-1, 52.244-6, 52.246-2, 52.246-16, 52.247-34, 52.249-1 and 52.249-8.

Brand Name or Equal (Aug 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must:
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by:
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) 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 in the solicitation.
(End of provision)
DIAR Clauses Incorporated by Reference

1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013)

1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013)

1452.280-4 Indian Economic Enterprise Representation (JUL 2013)

The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201.

OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services
this policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government.

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: copy of company invoice; must also be emailed to dee.gibson@bia.gov and Katheryn.impson@bia.gov.

The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

(End of Clause)

Quote Submission Information: To be considered for award, vendors must quote on all items listed in the solicitation. No Partial Quote will be accepted. Quote Submission that does not include all the required documents listed below will not be accepted. Quote submissions must include the following:

1. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document Offerors shall include price, delivery terms, required lead time, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number.
2. Pricing schedule: Complete Attachment 1, include specifications
3. Completion 1452.280-4 Indian Economic Enterprise Representation (JUL 2013) Attachment 2
Quotes received after the closing date and time specified will not be eligible for award. Offeors that do include all required documents listed above will be considered non responsive.

All questions shall be submitted via email to Sara Waktins at sara.watkins@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number 140A0318Q0003 in subject line of the email. Quotes are due on Thursday, 20th December 2018 at 12:00 pm (CST). Quotes may be sent via email to sara.watkins@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ.

Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments.

*This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Potential contractors must also have the NAICS code associated with this solicitation listed in their SAM profile.

End of Solicitation

Watkins, Sara

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP