MODIFICATION
70 -- PORTABLE LAPTOP COMPUTERS
- Notice Date
- 8/2/2011
- Notice Type
- Modification/Amendment
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-11-Q-5D9073
- Archive Date
- 8/19/2011
- Point of Contact
- Robin S. Smalley, Phone: 757-628-4142
- E-Mail Address
-
Robin.Smalley@uscg.mil
(Robin.Smalley@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for Commercial Items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Proposals/Quotes are being requested and written solicitation will NOT be issued. This solicitation #HSCG84-11-Q-5D9073 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2005-52 and may be obtained electronically at http://www.arnet.gov/far. This RFQ is being solicited as SET-ASIDE SMALL, WOMEN-OWNED, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, etc. The North American Industry Classification System (NAICS) is 443120 and Small Business Size Standard is $25.5. The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures for the purchase of the following: 1.) Laptops 10 ea., configured as indicated: PROCESSOR: Intel Core i5-2520M (Dual Core 2.50GHz, 3M Cache) w/Turbo Boost Technology 2.0, OPERATION SYSTEM: Genuine Windows 7 Ultimate, NO Media, 64-Bit, English, PRODUCTIVITY SOFTWARE: Microsoft Office Home and Business 2010 w/Adobe Acrobat X Standard, English, HARDWARE SUPPORT SERVICES: 3 Year basic Hardware Service w/3 Year NBD Limited Onsite Service after Remote Diagnosis, MEMORY: 4.0GB, DDR3-1333MHz SDRAM, 2 DIMMS, GRAPHICS: NVIDIA Quadro 3000M w/2GB GDDR5, LCDs: 17.3" UltraSharp FHD (1920 x 1080) Wide View Anti-Glare LED-Backlit w/Premium Panel Guarantee, RAID CONFIGURATION: All Hard Drives, Non-RAID, 1, 2, 0r 3 drive total configuration, PRIMARY STORAGE:: 320GB or larger 7200rpm Hard Drive, MEDIA BAY DEVICES: 8X DVD+/-RW Tray Load w/Roxio and Cyberlink PowerDVD, NO media, PRIMARY BATTERY: 9 Cell (97Wh) Lithium Ion Battery, WIRELESS LAN (802.11): Intel Centrion Ultimate-N 6300 802.11 a/b/g/n Half Mini Card, CAMERA/MICROPHONE: Noise Cancelling Digital Array Microphone, INTERNAL KEYBOARD: Internal English Backlit Keyboard, SYSTEM MANAGEMENT: Intel vPro Technology's Advance Management Features, AC ADAPTER: 210W/240W Switchable Slim 3P A/C Adapter, PROCESSOR BRANDING: Intel Core i5 vPro Label, ENERGY STAR/E-PEAT GOLD: Energy Star 5.0/E-PEAT Gold and SMARTCARD READER: Contactless SmartCard Reader. NOTE: Specifications shall be provided for Laptop quoted. Please quote all items as specified. Laptops are to be shipped to: USCG CGD Five (d), 431 Crawford St., Federal Bldg., Portsmouth, VA 23704, Attn: SKCS Sawyer. F.O.B. Destination quotes are desired. Desired delivery is 10 days. Delivery required within 20 days after receipt of order. The following Federal Acquisition Regulations (FAR) Provisions and Clauses apply to this RFQ: 52.212-1, Instructions to Offerors - Commercial Items (June 2008), 52.212-2, Evaluation - Commercial Items (Jan 1999). The following factors shall be used to evaluate offers: Price, Delivery. 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011) (Note: As of Jan.1, 2005 ORCA has become mandatory and is available through the Business Partner Network (BPN) at http://www.bpn.gov/. A "hard copy" is no longer required if Contractor is ORCA registered, if NOT registered, the Contractor can upload their Reps. & Certs., in ORCA. Contractor must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN), 52.214-31, Facsimile Bids (Dec 1989). The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer is conforming to this solicitation and will be the most advantageous to the Government, with price and other factors considered. NO CONSIDERATION WILL BE GIVEN TO QUOTES LACKING THIS AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that applies to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) applies as follows: paragraph (b)(1),(14),(15),(24),(25),(26),(27),(29),(37), and (45) End of Clause. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION PARTICULARLY FAR PROVISION(S) 52.212-1 AND 52.212-3. Offerors have up to 10 days after publication of this notice to express their interest. The closing date and time for receipt of offers is 8/12/2011, 1:00PM Eastern Standard Time (EST). Facsimile or E-mail quotes are acceptable and may be e-mailed to Robin.Smalley@uscg.mil or faxed to (757) 628-4231.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-5D9073/listing.html)
- Place of Performance
- Address: USCG CGD FIVE (d), 431 Crawford St., Federal Bldg., Portsmouth, Virginia, 23704, United States
- Zip Code: 23704
- Zip Code: 23704
- Record
- SN02518562-W 20110804/110802235150-528ce6c8212403d6faf6fdc5f25fc45f (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 |