This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes only the solicitation. Competitive quotes are
being
requested under N66001-16-T-7476. This requirement is set-aside for small
businesses,
NAICS code is 334111 and the size standard is 1250 employees.
UID Label required on equipment which has a unit cost of $5,000.00 or more.
Reference
DFARS 252.211-7003. If there is a cost for the UID Label please quote
"separately".
Line Item 0001:
MAC MINI 3.0GHZ INTEL DUAL-CORE i7, 3.0GHz Intel Dual-Core Core i7 16GB 1600MHz
LPDDR3 SDRAM - 2x8GB 2TB Fusion Drive Intel Iris Graphics User's Guide (English)
P/N: Z0R8
QTY: 9 EA
Line Item 0002:
MAC PRO 2.7GHZ, Mac Pro 2.7GHz 12-Core Intel Xeon E5 with 30MB L3 cache, Turbo
Boost up to 3.5GHz 64GB 1866MHz DDR3 ECC - 4 x 16GB 256GB PCIe-based Flash
Storage Dual AMD FirePro D700 with 6GB GDDR5 VRAM each User's Guide (English)
P/N: Z0PK
QTY: 1 EA
Line Item 0003:
THUNDERBOLT 2 RAID SYSTEM, Thunderbolt 2 RAID System, 1 PROMISE Pegasus2 R6
(PART # - HJDF2LL/A) 24TB (6 by 4TB)
P/N: HJDF2LL/A
QTY: 1 EA
Line Item 0004:
APPLE THUNDERBOLT DISPLAY, Apple Thunderbolt Display (27-inch)
P/N: MC914LL/B
QTY: 1 EA
Line Item 0005:
UID Label/s
QTY:
UID Label required on equipment which has a unit cost of $5,000.00 or more.
Reference
DFARS 252.211-7003. If there is a cost for the UID Label please quote
"separately".
Line Item 0006:
Shipping (if not included in price)
QTY: 1 Lot
IF THERE IS A SEPARATE SHIPPING COST (NOT INLUDED IN PRICE) AND (NOT A FIRM
FIXED PRICE LESS THEN $100.00) SUPPORTING DOCUMENMTATION WILL BE REQUIRED
SUBSTANTIATING SHIPPING COST
To be considered for award, the offeror certifies that the product(s) being
offered is an
original, new and Trade Agreements Act (TAA) compliant product, and that the
subject
products are eligible for all manufacturer warranties and other ancillary
services or
options provided by the manufacturer. Offeror further certifies that it is
authorized by
the manufacturer to sell the products that are the subject of this action in
the U.S. (i.e.,
that the products are TAA compliant and that the offeror is authorized to sell
them in the
U.S.). Offerors are required to submit documentation with the offer
identifying its supply
chain for the product, and certifying that all products are new, TAA compliant,
and in
their original packaging. By making an offer, offeror also consents to no cost
cancellation
of the non-compliant awarded items if, upon inspection after delivery, any
products
provided are not recognized or acknowledged by the manufacturer as new and
original
products that are eligible for warranties and all other ancillary services or
options
provided by the manufacturer or that offeror was not authorized by the
manufacturer to
sell the product in the U.S., or that the product is in some manner not TAA
compliant."
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-88 (6/15/2016) and Defense Federal Acquisition
Regulation
Supplement (DFARS), 30 Jun 2016. It is the responsibility of the contractor to
be familiar
with the applicable clauses and provisions. The clauses can be accessed in full
text at
www.farsite.hill.af.mil.
FAR 52.252-2 (http://farsite.hill.af.mil)
52.204-2
FAR 52.212-4
FAR 52.222.25
DFARS 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013)
DFARS 252.204-7012 (Dev) SAFEGUARDING COVERED DEFENSE INFORMATION AND
CYBER INCIDENT REPORTING (Oct 2015)
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract
Terms and Conditions Commercial Items, incorporated by reference, applies to
this
acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications --
Commercial Items and DFARS 252.212-7000 Offeror Representations and
Certifications--
Commercial Items applies to this acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3,
Convict
Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and
Remedies
(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999),
52.222-26,
Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign
Purchases
(E.O.'s, proclamations, and statutes administered by the Office of Foreign
Assets Control
of the Department of the Treasury), 52.232-33, Payment by Electronic Funds
Transfer
Central Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive OrdersCommercial Items
(Deviation) also applies to this acquisition, 52.204-99, System for Award
Management
Registration (Deviation), 52.222-36, Affirmative Action for Workers with
Disabilities,
52.204-2, Security Requirements, 2012-00007 Class Deviation- Representation
Regarding Conviction of a Felony Criminal Violation under any Federal or State
Law,
DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS
252.204-7000
(Disclosure of Information), DFARS 252.204-7012 (Safeguarding of Unclassified
Controlled Technical Information) .
To respond to this announcement, you must be registered to the SPAWAR
E-Commerce
website at https://e-commerce.sscno.nmci.navy.mil, and upload your Quote/Bid
under
SSC Pacific/Simplified Acquisitions/N66001-16-T-7476.
This RFQ closes on 25 July 2016, at 8:00 AM, Pacific Daylight Time (PDT).
The point of contact for this solicitation is Gerald Burch upload your inquiry
under SSC
Pacific/Simplified Acquisitions/N66001-16-T-7476. Please include RFQ
N66001-16-T-7476
on all inquiries. You must be registered to the SPAWAR E-Commerce website at
https://e-commerce.sscno.nmci.navy.mil.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) program prior to award of contract. Information to register
in SAM
can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM
registration
means a registered DUNS and CAGE Code numbers.
Bid Protests Not Available