Federal Bid

Last Updated on 04 Oct 2017 at 8 AM
Combined Synopsis/Solicitation
Port hueneme California

70--HP Elite Desk 800 G3 Computers

Solicitation ID N63394-17-T-0058
Posted Date 29 Mar 2017 at 10 PM
Archive Date 04 Oct 2017 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 Port hueneme California United states 93043
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 N63394-17-T-0058 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. 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 a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-04-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be PORT HUENEME, CA 93043

The NSWC Port Hueneme requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: HP Elite Desk 800 G3 Computers, MFR P/N 1FY88UT#ABA. Small Form Factor PC Specifications Certification Must pass Microsoft Windows Hardware Certification Program for Windows 8, preferably Windows 10 Processor Intel® Core™ i7-6700 with Intel HD Graphics 530 (3.4 GHz, up to 4 GHz with Intel Turbo Boost, 8 MB cache, 4 cores); Virtualization Support Memory Virtualization (Intel VT-x) IOMMU Device Virtualization (Intel Vt-d) Firmware Support Credential Guard and Device Guard Memory 8 GB DDR4-2133 SDRAM Internal Storage 500 GB (8 GB cache) SATA Graphics Integrated: Intel® HD Graphics Communications Gigabit NIC; Security Management Trusted Platform Module (TPM) 1.2 (Common Criteria EAL4+ certified), field upgradeable to 2.0; Brand Name Only., 26, 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, NSWC Port Hueneme 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NSWC Port Hueneme 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 quotes. All responsible Offerors 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. 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 [email protected]. Offerors 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 offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] 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/.

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, applies to this acquisition • FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, the following clauses in paragraph (b): 52.222-17, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, and 52.222-55. • FAR Clauses: 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.209-6, 52.209-10, 52.209-11, 52.211-6, 52.219-6, 52.219-28, 52.222-3, 52.222-6, 52.222-19, 52.222-41, 52.222-42, 52.222-46, 52.222-99(Dev), 52.223-18, 52.225-13, 52.232-33, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.234-1, 52.237-2, 52.243-1, 52.244-6, 52.245-1, 52.245-9, 52.252-2, and 52.252-6. • DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.211-7007, 252.223-7006, 252.223-7008, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.243-7001, 252.245-7001, 252.245-7002, 252.245-7003, 252.245-7004, 252.247-7023, and 252.246-7000. • NAVSEA Clause HQ-G-2-0009.

This requirement is GSA Schedule preferred. Market Research indicates all items are available through GSA Advantage. However, some items may not be available on the Vendor's GSA Schedule. Therefore, a mix of GSA items and Open Market items will be accepted. The contract will be awarded based on the preponderance of the dollar value.

Bid Protests Not Available

Similar Past Bids

Arlington Virginia 11 Jun 2018 at 5 PM
Annapolis junction Maryland 20 Nov 2017 at 11 PM
Patuxent river Maryland 29 Jul 2024 at 2 PM
Location Unknown 09 Aug 2018 at 6 PM
Maryland Not Specified

Similar Opportunities

San diego California 16 Jul 2025 at 3 PM
San diego California 16 Jul 2025 at 3 PM
Mississippi 16 Jul 2025 at 4 AM
San antonio Texas 14 Jul 2025 at 3 PM