SOLICITATION NOTICE
70 -- HP Computers to Support the Office of quality - Attachment 2- Provisions - Attachment 3- Pricing Template - 114248-Brand Name Justification-Open Market - Attachment 1-Terms and Conditions - Attachment 4- Product Specifications
- Notice Date
- 9/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- 114248
- Archive Date
- 9/26/2015
- Point of Contact
- Allison M. Dotson, Phone: 2406138101, Aleta Dust,
- E-Mail Address
-
Allison.m.dotson@irs.gov, aleta.dust@irs.gov
(Allison.m.dotson@irs.gov, aleta.dust@irs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4- Product Specifications Attachment 1- Terms and Conditions 114248-Brand Name Justification-Open Market Attachment 3- Pricing Template Attachment 2- Provisions DESCRIPTION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with Part 13, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) Solicitation Number 114248 is a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. (iv) This is a Total Small Business Set-Aside under NAICS Code 334111, Small Business Size Standard of 1000 employees. Only offers certified as a small business under this NAICS code will be considered for award. (v) Contract Line Item: CLIN# 0001 - Configurable - HP Pro x2 612 G1 w/Intel i5-4302Y/8GB J1V57AV TAA Compliant (qty.10). All Part Numbers that are needed for this product are detailed in Attachment #4 of this RFQ. CLIN# 0002 - 9x5 Next Business Day On-Site Coverage with Disk Retention, 3 years, Part # UE339E (qty.10) (vi) The Bureau of Engraving and Printing requires a quantity of 10 HP Pro x2 612 G1 w/Intel i5-4302Y/8GB J1V57AV (TAA Compliant) computers also 9x5 Next Business day on site coverage with Disk Retention, 3 years as specified in (v). The products must include specific configuration for BEP that includes specific part numbers (see Attachment 4 for detailed specifications and required part numbers). This is a brand name specific requirement. (vii) The required delivery date is 15 days after date of award (viii) FAR Provision 52.212-1, Instructions to Offerors - Commercial (Apr 2014), applies to this acquisition. (ix) FAR Provision 52.212-2, Evaluation - Commercial Items (Oct 2014), the following factor shall be used to evaluate offers that conform to the solicitation: lowest price. (x) Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015), with its offer. Offerors may submit only paragraph (b) if the offeror has completed the annual representations and certification electronically via the System for Award Management. (xi) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition. The selected FAR clauses cited in 52.212-5 are: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-19, 52.219-28, 52.223-15, 52.223-16. (xiii) See the Attachment 1- Additional Terms for more clauses, provisions and deviations applicable to this solicitation. NOTE: Offerors must include a completed signed copy of 1052.209-71 to be considered for award (See Attachment 2- Provisions). Signatures must be handwritten or digital - typed names are not acceptable. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Offers must be submitted in Microsoft Word (.doc/.docx), Microsoft Excel (.xlsx/.xls) or.pdf format and emailed to Allison M. Dotson at Allison.M.Dotson@irs.gov by 12:00 pm ET, 11 September 2015 to be considered for award. Offers must include the exact part number provided in accordance with Attachment 3 Pricing template. (xvi) Questions regarding this solicitation must be emailed to Allison.M.Dotson@irs.gov by 11:00am ET, 9 September 2015 to be answered. The Government intends to answer timely questions that afternoon. NOTE: All offerors responding must be registered with the System for Award Management (SAM) at www.sam.gov by the response due date to be eligible for award. All products/services must be in compliance with Section 508 of the Rehabilitation Act. Services/Supplies performed/provided as a result of this solicitation should be accepted based in part on satisfaction of the above provisions and requirements for accessibility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/114248/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN03873140-W 20150906/150904235358-25cd5d4bf693f6de3cf139a432de353d (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 |