Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2017 FBO #5852
SOLICITATION NOTICE

70 -- PR0040369181- Desktop Computers, Monitors

Notice Date
11/29/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
911 NE 11th Ave., Portland, OR 97232
 
ZIP Code
97232
 
Solicitation Number
PR0040369181
 
Response Due
12/7/2017
 
Archive Date
6/5/2018
 
Point of Contact
Name: Anita MacAuley, Title: Contract Specialist, Phone: 5032312211, Fax:
 
E-Mail Address
anita.macauley@bia.gov;
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
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. The solicitation number is PR0040369181 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is an [ Indian Small Business Economic Enterprises ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-12-07 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hall, ID 83203 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001: Dell minitower computer, with accessories. (Dell or Equal) see below for equal specs. "Or Equal" salient characteristics: -computer hardware supplied must be in current production by the manufacturer as of the date of the quote; no 'end of life' model numbers will be considered for award. -small form factor -Windows 7 professional English, French, Spanish 64 bit (includes Windows 10Pro license) -Intel Core i5-6600 (QC/6MB/4T/3.3GHz/65W) supports Windows 7/8.1/10/Linux -8GB DDR4 (1x8G) 2400 MHz DDR4 -500GB 2.5 inch serial ATA (7,200 rpm) hard drive -Intel integrated Graphics with Dual Monitor support -Integrated Intel 10/100/1000 gigabit Ethernet (no wireless) -Intel vPro Technology Enabled -FIPS-201 Approved Transparent Smart Card Reader (keyboard integrated or USB) -TPM Version 2.0 -No computrace (disabled in BIOS) -minimum EPEAT bronze-registered (see below for EPEAT registry info). Standard Warranty (24 hour resolution with fix) 3 years minimum** Federal Keep Your Hard Drive 3 years minimum (vendor will send Govt. a replacement hard drive if hard drive goes bad on a computer without Govt. returning the bad one. )** **Warranty terms: For all items supplied under this order, vendor will be required to provide a list of serial #s and transfer warranty back to the government so government may contact the manufacturer directly about items covered under warranty. Warranty period shall begin on the date the items are received at destination. Warranty information, including serial #s, must be transferred within 3 weeks of delivery date. To be considered for award, please provide make and model # of the quoted item in a separate attachment. Quotes must demonstrate that all salient characteristics are met. Note: this contract contains FAR clause 52.223-16 Acquisition of EPEAT -Registered Personal Computer Products: Under this contract, the Contractor shall deliver, furnish for Government use, or furnish for Contractor use at a Federally controlled facility, only personal computer products that, at the time of submission of proposals and at the time of award, were EPEAT bronze-registered or higher. (c) For information about EPEAT , see www.epeat.net, 3, EA; LI 002: Dell Monitor, 22", model P2217, (Dell or Equal) see below for equal specs. "Or Equal" salient characteristics: - 22" - color - minimum EPEAT bronze-registered (see below for EPEAT registry info). To be considered for award, please provide make and model # of the quoted item in a separate attachment. Quotes must demonstrate that all salient characteristics are met. Note: this contract contains FAR clause 52.223-16 Acquisition of EPEAT -Registered Personal Computer Products: Under this contract, the Contractor shall deliver, furnish for Government use, or furnish for Contractor use at a Federally controlled facility, only personal computer products that, at the time of submission of proposals and at the time of award, were EPEAT bronze-registered or higher. (c) For information about EPEAT , see www.epeat.net, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This award is set aside for Indian Small Business Economic Enterprises. See clause at 1452.280-1, Notice of Indian Small Business Economic Enterprise Set-aside (JULY 2013). NAICS code 334111, Electronic Computer Manufacturing, and size standard, 1000 employees, applies to this buy. Vendors must represent their company to be a small business according to this business size definition. (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/PR0040369181/listing.html)
 
Place of Performance
Address: Fort Hall, ID 83203
Zip Code: 83203
 
Record
SN04751254-W 20171201/171129230911-c212b1d501577a11df7c21c9453371e8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.