SOLICITATION NOTICE
70 -- Apple Mac Pro Computers - Package #1
- Notice Date
- 9/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-11-Q-0090
- Archive Date
- 10/8/2011
- Point of Contact
- Alice Keefe, Phone: 301-837-1821, Ann P Harrison, Phone: (301) 837-0772
- E-Mail Address
-
alice.keefe@nara.gov, ann.harrison@nara.gov
(alice.keefe@nara.gov, ann.harrison@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- Justification for Other Than Full and Open Competition DESCRIPTION This is a combined synopsis/solicitation for Brand Name commercial items in accordance with FAR 6.302-1(c), Application for brand name descriptions, and the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a fixed price quotation is requested and a written solicitation will not be issued. The solicitation number is NAMA-11-Q-0090 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective July 5, 2011. COMPETITION, EVALUATION, AND CONTRACT TYPE: This is a Brand Name requirement under NAICS 541512 with a size standard of $25M. The justification for Brand Name equipment is attached to this combined synopsis/solicitation. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the vendor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this order will be obtained through a lowest priced, technically acceptable evaluation. AFFIRMATION STATEMENTS: It is the Vendor's responsibility to ensure that NARA is not provided counterfeit products. In the event that such IT products are determined to be counterfeit, NARA will seek all available legal remedies, including criminal prosecution. Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica, or substitute. Vendors must confirm in their quote that all products quoted meet the Energy Star® or Federal Energy Management Program (FEMP) energy use requirements. All items quoted must be IPv6 compliant. The Government has determined that products comprising this requirement are not required to be compliant with Section 508, as a "back office" exception applies based on 36 CFR 1194.3(f). Supplies furnished under this RFQ are of domestic origin unless otherwise indicated by vendor. Vendors must complete and return Enclosure 1, RFQ Information Sheet, in order for their quotations to be considered. REQUIREMENTS: This is a Brand Name, firm-fixed price request and all delivery costs must be included in total estimated value. The Government will not be responsible for any costs incurred in responding to this notice. SUBMISSION OF QUOTATIONS: Two copies of each quotation should be mailed to: National Archives and Records Administration (NARA), Attention: Alice Keefe, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: alice.keefe@nara.gov. Quotations must be received by 1:00 PM EST on September 23, 2011. Questions regarding this solicitation should be submitted in writing to Ms. Alice Keefe no later than 1:00 PM EDT on September 16, 2011, to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed. DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NARA - AII; 3301 METZEROTT RD, COLLEGE PARK, MARYLAND 20740-6001 no later than 30 calendar days after award of order. Failure to deliver in a timely manner could result in termination. Partial deliveries are acceptable. SCHEDULE A ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL COST 0001 0002 Mac Pro Two Quad-Core Intel Xeon, Z0LG: 1TB 7200-rpm Serial ATA 3Gb/s, 065-9557 One 18x SuperDrive, 065-9576 8GB (4X2GB), 065-9549 Two 2.4GHz Quad-Core Intel Xeon "Westmere" (8 cores), 065-9539 Apple Keyboard with numeric keypad (English) + User's Guide, 065-9593 ATI Radeon HD 5770 1 GB, 065-9571 Magic Mouse, 065-9589 Accessory kit, 065-9632 AppleCare Protection Plan for Mac Pro - Auto-enroll, S3135LL/A 12 12 Ea Ea CLAUSES AND PROVISIONS The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Item(Jun 08); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 11)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 10); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 11). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 10); 52.219-6 Notice of Total Small Business Set-Aside (Jun 03); 52.219-28 Post Award Small Business Program Rerepresentation (Apr 09), 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 10), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), 52.222-40 Notification of Employee Rights Concerning Payment of Union Dues or Fee (Dec 10), 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007), 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 07), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 03), 52.233-3 Protest After Award (Aug 96);52.233-4 Applicable Law for Breach of Contract Claim (Oct 04); and 52.239-1 Privacy or Security Safeguards (Aug 96). ATTACHMENT 1 - SALIENT CHARACTERISTICS COMPUTER: Apple Mac Pro Must: Mac OSX operating system Must: Intel Xeon Quad-core processor (At least: two Quad-Core Xeon processors / Preferred: two 2.4GHz pocessors) At least: 8GB 1066MHz DDR3 RAM / Preferred: 16GB 1066MHz DDR3 RAM At Least: 1 x 640GB 7200-rpm Serial ATA 3GB/s hard drive At least: PCI Express graphics card/cards capable of supporting 2 DVI connected monitors with 256MB RAM for each monitor. Must: 1 18x SuperDrive Must: AppleCare Protection Plan ENCLOSURE 1, RFQ Information Sheet Vendors that do not provide the required information will not be considered for receipt of the order. Statutory/Regulatory Compliance ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____? IPv6 COMPLIANT: YES____ or NO_____? SECTION 508 COMPLIANT: YES_____ or NO____? Specific Terms, Conditions, and Administrative information PAYMENT TERMS: DELIVERY DATE: NAME AND ADDRESS OF QUOTER: ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE) _____ FAX NUMBER: E-MAIL ADDRESS: ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____ CAGE CODE NUMBER: DUNS: Contractor Certification : [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.] NAME AND TITLE OF SIGNER: DATE OF QUOTATION: SIGNATURE OF PERSON AUTHORIZED TO SIGN: ENCLOSURE 2, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4) ADDITIONAL TERMS AND CONDITIONS I. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this contract is: Alice Keefe, Contract Specialist Telephone: (301) 837- 1821 Email: alice.keefe@nara.gov II. MARK FOR INFORMATION Vendor must include the following information clearly on shipping container address label: Award Number: ____ (PIID) _____________ Accepting POC: _______________________ Code: _______________________________ Room: _______________________________ III. INVOICE SUBMISSION REQUIREMENTS A. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid B. If electronic invoices are not possible original invoices shall be sent to: (1) ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 (2) One copy to the Contract Specialist (identified above). (3) One copy to the COR/TPOC: TBD National Archives and Records Administration Attn: _________, Code ___________ Room _______ 8601 Adelphi Road College Park, MD 20740-6001 Email: ______________@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-8000 C. The Vendor's invoice shall include the following information and/or attached documentation: (1) Name of the business concern and invoice date; (2) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (3) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (4) Payment terms; (5) DUNS number; (6) Taxpayer's Identification Number (TIN); (7) Government Fund Cite; and (8) Government Organization ordering the items D. All invoices for services must be submitted on a monthly basis. E. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0090/listing.html)
- Place of Performance
- Address: 8601 Adelphi Road, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02569872-W 20110911/110910000341-b80604d777a60383a01d340ff1fcfe86 (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 |