SOLICITATION NOTICE
70 -- Laptops and Accessories
- Notice Date
- 9/27/2018
- Notice Type
- Presolicitation
- Contracting Office
- 700 Robbins Ave, Philadelphia, PA 19111
- ZIP Code
- 19111
- Solicitation Number
- N0018920183083
- Response Due
- 9/28/2018
- Archive Date
- 3/27/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- Quotes are being solicited under solicitation number N0018920183083. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 953777. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-28 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yorktown,, VA 23691 The FLC Norfolk - Philadelphia requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Laptops meeting the specifications listed in the Statement of Work (SOW), 25, EA; LI 002: Laptop Cases meeting the specification in the SOW, 25, EA; LI 003: Portable Hard Drives meeting the specifications in the SOW, 25, EA; LI 004: USB Mouse meeting the specifications in the SOW, 25, 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, FLC Norfolk - Philadelphia 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. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Philadelphia is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, 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 Sellers require additional clarification, contact 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. The NAICS code is 443142 and the Small Business Standard is 32.5 million. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm 52.204-2 52.204-7 52.204-13 52.204-16 52.204-18 52.212-1 52.204-10 52.209-6 52.219-28 52.222-3 52.222-19 52.222-21 52.222-26 52.222-36 52.222-50 52.223-18 52.225-13 52.232-33 52.232-39 52.232-40 52.233-3 252.203-7000 252.203-7002 252.203-7005 252.204-7003 252.204-7005 252.204-7008 252.204-7015 252.204-7012 252.225-7048 252.232-7003 252.232-7010 252.237-7010 252.244-7000 252.247-7023 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Convicti Offeror Reps and Certs (Nov 2014) Contract Terms and Conditions--Commercial Items (Jan 2017) Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2018) Place of Manufacture (March 2015) Clauses Incorporated by Reference (Feb 1998) Solicitation Provisions Incorporated by Reference (Feb 1998) Alternative Line Item Structure (Sept 2011) Trade Agreements Certificate Wide Area Work Flow Payment instructions (MAY 2013) "NAVSUP FLC Norfolk, Philadelphia Office may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP FLC Norfolk, Philadelphia Office contract." 1.)Although this is a reverse auction, the Government reserves the right to award to other than the very lowest price quote. 2.)The Government reserves the right to review and consider PAST PERFORMANCE comments on FEDBID as well as other information available to the Contracting Officer and make a determination to go to a higher quoter if it is determined to be in the best interest of the government and the cost increase is justifiable. The Contractor shall provide written certification that the products being provided are Trade Act Agreement (TAA) compliant. This auction will be awarded to the Lowest Price Technically Acceptable offer This auction is open to all sellers who hold a Contract under GSA Schedule 70. Offers from contractors who are not GSA contract holders will not be considered for award. We request that all Offerors submitted their quote with their GSA pricing and contract number listed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018920183083/listing.html)
- Place of Performance
- Address: Yorktown,, VA 23691
- Zip Code: 23691
- Zip Code: 23691
- Record
- SN05108792-W 20180929/180928032811-c014a82968d978f50a6cdd03899f2352 (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 |