MODIFICATION
58 -- HP ZBOOK 15 G2 - Amendment 1
- Notice Date
- 1/14/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002853130647
- Archive Date
- 2/10/2016
- Point of Contact
- Claudio T. Casupang, Phone: (951) 413-2381, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil
(claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT 001 HP ZBOOK 15 G2, (G7T34AV) Description(s): COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name Procurement - see attached salient characteristics. a. Solicitation Number HQ0028 5313 0647/0649 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-86, effective 1 January 2016 and DFARS Change Notice 20151130. c. This procurement is brand name; associated with NAICS Code 334220 with a size standard of 750 employees. This procurement is 100% set aside for Small Business. d. Description: THESE ITEMS ARE BRAND NAME; FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY. NO GRAY MARKET ITEMS AUTHORIZED USA DISTRIBUTOR ONLY. CLIN 0001: HP ZBOOK 15 G2, (G7T34AV), Mobile Workstation, Quad Core, TAA Compliant, Thunderbolt 2.0 Port DESCRIPTION: 1. HP ZBOOK 15 G2, (G7T34AV), Mobile Workstation, Quad Core, TAA Compliant, Thunderbolt 2.0 Port G7T96AV#ABA, Operating system - Windows 7 Professional 64 VM943AV, OS Label - MS Windows 7 Logo Label G7T48AV, Processor - Intel Core i7-4910MQ Quad Core G0N68AV, Processor label - Core i7-14 BLU Label XU980AV, ENERGY STAR® label - Estar Label E9Z36AV, Out-of-Band Management - MISC AMT (vPro) Disabled, Select if (WLAN_Intel) AND [(i5vPro, i7vPro)] AND [(MSOS, FreeDOS)] is selected - but DO NOT want AMT support G7T64AV, Display, 15.6 inch LED FHD UWVA Anti-Glare (1920x1080) G7T60AV, Integrated camera - No Webcam G7T50AV, Video/graphics - NVIDIA Quadro K2100M Graphics G7T68AV, Memory - 16GB 1600MHz DDR3L 2DM G7T83AV, Internal Storage - 512GB SATA-3 Solid State Drive, Mini Card - Not selecting Mini Card SSD as on optional Internal Storage device G7T86AV, Optical Drive Bay - Blu-ray R/RE DVD+/-RW SuperMulti DL G8R74AV#ABA, Keyboard - Dual Point Backlit with numeric keypad US J5T86AV, Wireless LAN - Intel 7260AN abgn 2x2 +Bluetooth 4.0 LE WW J6W74AV, HP Mobile Broadband - No WWAN - Required selection if (Linux) is selected J3X93AV, Security - Fingerprint Reader G7T36AV, AC Adapter - 200 Watt Smart PFC Slim AC Adapter G7U00AV#ABA, Power Cord - C13 1.8m Power Cord US G7U01AV#ABA, Country Kit - Destination Country Kit Localization - NA English G7T42AV, Battery - 8 Cell 83 WHr G7T41AV#ABA Warranty - 3/3/3 Warranty US, Misc Warranty Documentation - No battery warranty card required unless 3yr warranty and long life battery is selected. Note: - Additional accessories added from categories below will ship and invoice separately. 2. *** THIS ITEM IS DELETED SEE AMENDMENT 001***Desc OFF PRICE LIST PRODUCT --SEE COMMENTS RTI IMAGING, (Open Market Item) *** 3. Advanced Docking Station, (A7E38AA#ABA), HP 230W (Open Market Item) 4. HP 3-button USB Laser Mouse, (H4B81AA), Please Reference big deal#91075473, (Open Market Item) UNIT PRICE @ _____________ x 40 EA = $__________________ TOTAL PRICE FOR THIS QUOTE $________________________________________ FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. e. Delivery and acceptance will be made at locations 30 days or sooner after date of contract: FOB DESTINATION LOCATIONS QUANTITY HQ ACC/PAI 111 Thompson St Langley AFB,VA 23665 1 EA 502 ABW OL-B/PA 1150 5th East St. Randolph AFB TX 78150 1 EA Air Force Global Strike Command Public Affairs 245 Davis Ave. E Room 240 Barksdale AFB, La. 71110 1 EA 1 SOW/PA 344 Tully St. BLDG 90340 Hurlburt Field FL, 32544 1 EA AFSPC/PA 150 Vandenberg St. STE 1105 Peterson AFB CO, 80920 1 EA 375 AW/PA 901 South Drive Scott AFB IL 62225 1 EA 355 FW/PA 5275 East Granite St Bldg 2300 Davis-Monthan, AZ 85707-3839 6 EA HQ ACC/PA 115 Thompson St Langley AFB, VA 23665 10 EA 633 ABW/PA 216 Danforth Avenue Bldg 788 Langley AFB,VA 23665-2289 6 EA 502 ABW OL-B/PA 1150 5th East St. Randolph AFB TX 78150 2 EA 66 ABG/PA 63 Grenier St Bldg 1508 Hanscom AFB, MA 01731-2301 1 EA HQ AFSOC/PA 229 Cody Ave, STE. 103 Hurlburt Field,FL 32544-5312 2 EA 436 AW/PA 201 Eagle Way Dover, DE 19902-7203 4 EA 87 ABW/PA 2901 Falcon Lane Ste 100 McGuire AFB NJ 08641-5002 1 EA DEFENSE MEDIA ACTIVITY 14855 6TH STREET RIVERSIDE CA 92518-2031 2 EA f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products provided meeting the minimum salient characteristics and on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-1 Definitions (NOV 2013) FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (April 2014) FAR 52.211-5 Material Requirements (August 2000) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2014) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) FAR 52.223-4 Recovered Material Certification (MAY 2008) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-1 Payments (April 1984) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (DEC 2012) FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1 Disputes (May 2014) FAR 52.243-1 Changes - Fixed Price (August 1987) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.203-7098 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) DFARS 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (FEB 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) LOCAL DMC 52.0100-4028 Contract Contact Information) (DMC) (JUN 2005) LOCAL DMC 52.0100-4094 Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2016 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-00002) (OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [] is not [] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) j. QUOTATIONS ARE DUE BY 12:00AM PACIFIC STANDARD TIME ON 26 JANUARY 2016 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002853130647" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.t.casupang2.civ@mail.mil Phone: 951-413-2381 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ E-mail address: _____________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f12cd849864c464cb52ace609ac99fa6)
- Place of Performance
- Address: See above description/ quote sheet for additional locations, Riverside, California, 92518, United States
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN03992664-W 20160116/160115083658-f12cd849864c464cb52ace609ac99fa6 (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 |