Federal Bid

Last Updated on 09 Sep 2015 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

70--DELL OPTIPLEX 9020

Solicitation ID N0018915TS109
Posted Date 24 Aug 2015 at 4 PM
Archive Date 09 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
USS ANZIO DESTOP COMPUTER (in accordance with the Statement of Work) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N00189-15-T-S109 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140828. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 334118 and solicited unrestricted. The NAVSUP Fleet Logistics Center - Norfolk requests responses from qualified sources capable of providing: SHIP’s Area Upgrades - Workstations (See attached Statement of Work for detailed item list). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (May 2012) 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation 52.212-3, Alt I Offeror Representations and Certifications – Commercial Items 52.212-4 Contract Terms and Conditions – Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.232-33 Payment by Electronic Funds Transfer - SAM (July 2013) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor—Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates 52.222-50 Combat trafficking in person (Mar 2015) 52.222-55 Minimum Wage under Executive Order 13658 (DEC 2014) 52.222-99 Establishing a Minimum Wage for Contractors (Deviation) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-36 Payment by Third Party 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998 Prohibition on contracting Entities that require certain Internal confidentiality agreement (Dev 2015-00010)(Feb2015) 252.203-7999 Prohibition on contracting with Entities that require certain confidentiality agreement 252.204-7003 Control of Government Personnel Work Product 252.204-7004 AltA System for Award management (May 2013) 252.204-7011 Alternative Line-Item Structure 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2014 APPROPRIATIONS 252.211-7003 Item identification and valuation (Dec 2013) 252.223-7006 Prohibition of storage, treatment and disposal of toxic or hazardous material (sept 2014) 252.223-7008 Prohibition of Hexavalent Chromium 252-225-7000 Buy American Act-Balance of Payments Program Certificate 252-225-7001 Buy American Act and Balance of Payments Program (Dec 2012) 252-225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition of interrogation of detainees by contractor personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 5252.204-9400 Contractor unclassified Access to Federally controlled Facilities, sensitive information, information technology (IT) systems or protected Health information Please note the following: - Per 52.212-2 Past Performance and Price will be evaluated. Past Performance will be equal to price. For questions Contact Peter Azubike who can be reached [email protected] Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) [Formerly CCR – Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/ . All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes shall be submitted via email to [email protected] (the page limit maximum for quotes is 5pages). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. SHIP POC: Requirement 100 EA DELL Optiplex 9020 SFF (new) intel Core I5-4590 Quad Core Processor 4GB DDR3 PC3-12800 1600MHZ Memory 500GB 7.2K RPM SATA HARD DRIVE INTEL GBE NETWORK CONNECTION INTEL HD GRAPHICS 2500 DVD-RW (DVD BURNER) -TO INCLUDED KEYBOARD AND MOUSE -WARRANTY -PLEASE QUOTE FOB NORFOLK VA Estimated Delivery date 30th Aug 2015
Bid Protests Not Available

Similar Past Bids

Fort gordon Georgia 15 Sep 2015 at 3 PM
Location Unknown 29 Jul 2015 at 8 PM
Fort gordon Georgia 02 Sep 2014 at 5 PM
Fort polk Louisiana 29 Aug 2014 at 6 PM
Location Unknown 18 Nov 2015 at 9 PM

Similar Opportunities

Edgefield South carolina 25 Dec 2027 at 5 AM (estimated)
Columbus Ohio 11 Jul 2025 at 4 AM
North richland hills Texas 14 Jul 2025 at 7 PM
Bruceton mills West virginia 04 Aug 2025 at 2 PM
Falls church Virginia 11 Jul 2025 at 10 PM