MODIFICATION
70 -- EMC Hardware, Software, and Support - Mexico - Revised Attachments A and B
- Notice Date
- 6/28/2013
- Notice Type
- Modification/Amendment
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Florida Regional Center, RPSO-FL, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
- ZIP Code
- 33309
- Solicitation Number
- SWHARC13Q0019
- Archive Date
- 7/24/2013
- Point of Contact
- Juan M. Fernandez,
- E-Mail Address
-
FernandezJM@state.gov
(FernandezJM@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment B - Pricing - Version 2 Attachment A - Specifications - Version 2 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. 1. DESCRIPTION 1.1. The U.S. Department of State, Bureau of International Narcotics and Law Enforcement (INL) U.S. Embassy Mexico City, has a requirement for the purchase of EMC hardware, software, and support to be donated to the government of Mexico for INL program purposes. 1.2. The NAICS code applicable to this acquisition is 334112. This acquisition is unrestricted. 2. REQUIRED ITEMS: EMC hardware, software, and support as detailed in Attachment A - Version 2. In accordance with the attached justification only brand name items are acceptable. Warranty and support must be provided in country (Mexico). The warranty period for hardware must commence after installation of hardware by GOM end user (to be completed by an authorized EMC partner). The support period for any software shall begin once activation has been completed by the GOM end user and shall extend to any other EMC software already in use. Contractor guarantees that all hardware and software to be provided under this order are compatible with existing software, hardware, and equipment currently in use by the GOM. The following equipment (with corresponding serial numbers) is currently installed: VMAX (HK192603237) AVAMAR (NNG05103210916) VG2 (APM00110202767) QUANTUM (A0C0130807) 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: No later than 45 calendar days after receipt of award. If an export license is required, all items shall be delivered no later than 45 calendar days after receipt of export license, and the vendor must promptly apply for the export license after receipt of award. 3.2. DELIVERY TERMS: FOB Destination. The Contractor must consolidate the entire shipment to prevent loss and misdirection of the equipment. Partial shipments are not allowed. Any lost or damaged equipment during shipment shall be replaced by the contractor upon notification. The contractor shall have the option to deliver the equipment to: A. US Logistics Center 225 S. Vermillion Ave. Brownsville, TX 78521 B. Colonia Lomas Altas Delegación: Miguel Hidalgo México D.F. 11950 Note: The US Embassy's preferred delivery location is directly to Mexico City. All deliveries made to Brownsville require onward transportation by the US Embassy to Mexico City. As described in section 6.1 of this combined solicitation / synopsis, the costs for onward transportation from Brownsville to Mexico City will be added for evaluation purposes to quotations specifying Brownsville as the delivery location. The items being acquired will be donated to the government of the ultimate destination Mexico. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Price must include delivery to the above-mentioned address and compliance with all applicable export licensing requirements. If an export license is required, the items shall not be shipped until necessary export license is received. 3.3. PACKING AND MARKING REQUIREMENTS: Improperly marked shipments will be rejected by the Government and returned at the Contractor's expense. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. In addition, a copy of the packing list and commercial invoice shall be provided to Ms. Monica Niiranen at NiiranenM@state.gov. This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. If you have any question regarding this requirement, please contact the Contracting Officer. A. For deliveries to Brownsville, each box, carton, and package shall be marked as follows: US EMBASSY, MEXICO CITY ATTN: (To be provided upon award) EMC Equipment Order No. (To be provided upon award) México City, México Box #__ of __ B. For deliveries to Mexico, each box, carton and package shall be marked as follows: ATTN: (To be provided upon award) EMC Equipment Order No. (To be provided upon award) México City, México Box #__ of __ 4. INL SOURCE-NATIONALITY RESTRICTIONS 4.1. The source and nationality restrictions found in 22 CFR 228, as adopted by INL, apply to this RFQ. The contractor shall promptly notify the Contracting Officer and COR of any instance in which a waiver is required. The contractor shall identify the particular commodities or services needed, the country of source and nationality, the estimated dollar value, and provide documentation necessary to obtain a waiver under subpart D of 22 CFR 228. 4.2. For purposes of performance, the contractor shall assume that no source or nationality waiver will be provided. Failure of INL to provide a source or nationality waiver shall not discharge the contractor of its contractual responsibilities and shall not form the basis for any claim or request for contract adjustment. 5. EXPORT RESTRICTIONS 5.1. The Contractor shall comply with all U.S. export control laws and regulations, including but not limited to the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. 5.2. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. 5.3. The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed in Mexico where the foreign person will have access to export-controlled technical data or software. 5.4. The Contractor shall be responsible for all regulatory recordkeeping requirements associated with the use of licenses and license exemptions/exceptions. 5.5. The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors. 5.6. Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations. 6. EVALUATION OF QUOTATIONS: 6.1. Award will be made to the lowest priced-technically acceptable quoter who submits a quote that is responsive to the RFQ requirements. For evaluation purposes, Mexican Value Added Tax (IVA) will be deducted, if included, from offered prices. INL Mexico has established procedures in place to recoup IVA in Mexico. Additionally, for evaluation purposes the price of items delivered to Brownsville will be adjusted upward to account for the costs of onward transportation from Brownsville to Mexico City by the US Embassy. 6.2. The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably high in price. 6.3. To be considered for award, the contractor must be determined by the Contracting Officer to be responsible in accordance with the standards described in FAR 9.104-1. 6.4. To be considered for award, the contractor must demonstrate that it is an authorized EMC distributor and must be able to provide warranty, maintenance, and support in Mexico. 6.5. To be considered for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102. 6.6. Award will be on an "all or none" basis. 7. QUOTATIONS MUST INCLUDE THE FOLLOWING: 7.1. PRICE: unit and extended prices, inclusive of delivery charges. Price information shall be submitted utilizing Attachment B - Version 2. 7.2. DELIVERY INFORMATION: Proposed delivery date and location. 7.3. DESCRIPTION: Description/nomenclature of the item being quoted; product literature may be provided. Quotation must demonstrate compliance with all required features. Also include description of warranty, maintenance, and support terms in Mexico. 7.4. COMPANY INFORMATION: Include company name, address, website (if available), telephone number, and POC information. Include DUNS number and statement that the company is registered in SAM. Provide documentation demonstrating company is an authorized EMC distributor. 7.5. CERTIFICATIONS: Completed certifications (FAR 52.212-3 and 52.209-7) or statement that the certifications are available in SAM (www.sam.gov). 7.6. PAST PERFORMANCE: A list of contracts within the last three (3) years for the provision of comparable hardware, software, and support to federal or commercial customers. The list shall include contact information (name, organization, email, and phone) and be limited to no more than five (5) references. 8. ADDITIONAL INFORMATION AND REQUIREMENTS: 8.1. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number SWHARC13Q0019 is issued as an RFQ under subpart 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-66. 8.2. This RFQ incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause or provision may be accessed electronically at these addresses: FAR clauses/provisions may be accessed at: http://acquisition.gov/far/index.html DOSAR clauses/provisions may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm These addresses are subject to change. You may also use an Internet "search engine" (e.g., Yahoo, Google, etc.) to obtain the latest location of the most current FAR and DOSAR. 8.2.1. The following FAR clauses and provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.204-13, Central Contractor Registration Maintenance 52.209-7, Information Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items Fill-in paragraph i(1): Electronics - China 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items The following clauses are selected under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns [Does not apply if the order, together with all of its subcontracts, will be performed entirely outside of the United States and its outlying areas]; 52.219-9, Small Business Subcontracting Plan [Applies if FAR clause 52.219-8 applies and subcontracting possibilities exists]; 52.219-16, Liquidated Damages-Subcontracting Plan [Applies if FAR clause 52.219-9 applies]; 52.219-28, Post Award Small Business Program Rerepresentation [Applies if contract will be performed in the United States or its outlying areas]; 52.222-3, Convict Labor [Applies if order is to be performed in the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands]; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities [Applies if FAR clause 52.222-26 applies]; 52.222-26, Equal Opportunity [See FAR 22.807 for Exemptions]; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans [Does not apply if work is performed outside the United States by employees recruited outside the United States]; 52.222-36, Affirmative Action for Workers with Disabilities [Does not apply if both performance of the work and the recruitment of workers will occur outside the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island]; 52.222-37, Employment Reports on Veterans [Applies if FAR clause 52.222-35 applies]; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act [Does not apply to work performed exclusively outside the United States]; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.214-34, Submission of Offers in the English Language 52.227-14, Rights in Data - General 52.227-19, Commercial Computer Software License 52.229-6, Taxes -- Foreign Fixed-Price Contracts 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 8.2.2. The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate/Ombudsman (AUG 1999) (DEVIATION) 652.219-70, Department of State Subcontracting Goals (APR 2004) [Applies only if a Subcontracting Plan is required. See FAR clause 52.219-9] Fill-in paragraph (b): For the fiscal year 2013, the Department's subcontracting goals are as follows: (1) Goal for subcontracting to SB: 55% (2) Goal for subcontracting to SDB: 5% (3) Goal for subcontracting to SWB: 5% (4) Goal for subcontracting to HUBZone Firms: 3% (5) Goal for subcontracting to SDVO: 3% 652.219-72, Department of State Mentor-Protégé Program (APR 2004) 652.225-70, Arab League Boycott of Israel (AUG 1999) 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) [Applies to prospective contractors located inside the United States when the acquisition involves export of supplies to an overseas post] 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) 652.242-71, Notice of Shipments (JUL 1988) [Applies to orders performed outside the United States when overseas shipment of supplies will be required] 652.242-72, Shipping Instructions (DEC 1994) [Applies to US sources when overseas shipment of supplies will be required] 652.242-73, Authorization and Performance (AUG 1999) 652.243-70, Notices (AUG 1999) 9. QUOTATION DUE DATE: Quotations are due by the date and time stated on the FedBizOpps website. Quotations must be submitted by uploading to the FedBizOpps website; no other method of quotation submission is allowed. Identify your quotation as a response to solicitation number SWHARC13Q0019. Quoters are requested to limit the number of files uploaded to no more than six (6). 10. AWARD TYPE: The Government will award a firm-fixed-price purchase order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-06-24 14:03:13">Jun 24, 2013 2:03 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-06-28 13:42:59">Jun 28, 2013 1:42 pm Track Changes Amendment 003: The closing date and time is extended as described elsewhere in this notice. Amendment 004: Attachments A and B are revised to reflect updated EMC part numbers and associated quantities. Interested vendors shall use Attachment A - Specifications - Version 2 and Attachment B - Pricing - Version 2 when responding to this notice. Only CLINS 2 and 3 were changed to reflect updated part numbers and quantities for VMAX Enginuity software.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/70a8a92c85b0a42db723005e055ae505)
- Place of Performance
- Address: Mexico City, Mexico, Mexico City, Mexico
- Record
- SN03103196-W 20130630/130628235201-70a8a92c85b0a42db723005e055ae505 (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 |