This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included
in this notice. This announcement constitutes the only solicitation; quotes are
being requested and a
separate written solicitation will not be issued.
Competitive quotes are being requested under Request For Quote (RFQ) #
N66001-18-Q-7811. The
NAICS code applicable to this acquisition is 334111 and the small business size
standard is 1,250
employees. This procurement is a Total Small Business Set-Aside for authorized
federal small business
resellers. Only quotes submitted by Small Business Concerns will be accepted by
the Government. Any
quote that is submitted by a non-Small Business Concern will not be considered
for award.
To be considered acceptable and eligible for award, quotes must provide all of
the Brand Name items and
quantities listed below. The Government will not consider quotes or offers for
partial items or quantities.
Anticipated contract line items are as follows for BRAND NAME HP PRODUCTS
(Attachment for Product
Listing):
CLIN DESCRIPTION P/N QTY
0001 HP RCTO Zbook 15 G4 i7-7700HQ 15 G4 Mobile Workstation- Y4E82AV
Y4E82AV
Product - HP RCTO i7-7700HQ 15 G4 Base NB PC
Y7C71AV#ABA
Operating system - Windows 10 Pro 64 US
Y8D04AV
Processor label - Core i7 G7 Label
X9H35AV
Energy Efficiency - eStar Enable IOPT
X9H49AV
Out-of-Band Management - No vPro AMT supported
Y4F42AV
Wireless LAN - Intel 8265 ac 2x2 nvP +Bluetooth 4.2 WW
Y4F16AV
Memory - 32GB (2x16GB) DDR4 2400
Y4F08AV
Integrated camera - No Webcam
Y4F01AV
Display - 15.6 inch FHD (1920x1080) Anti-Glare LED SVA slim
Y4E90AV
Graphics - NVIDIA Quadro M2200 4GB Graphics
Internal Storage - None Selected
2UV50AV
Mini Card - 512GB PCIe NVMe Three Layer Cell Solid State Drive
Y4F47AV#ABA
Keyboard - Dual Point Backlit spill-resistant US
Y4F10AV
HP Mobile Broadband - No WWAN
Y4F25AV
Security - Fingerprint Reader
Y4F46AV#ABA
Country Kit - Country Localization US
Z5U90AV
AC Adapter - 150 Watt Smart Slim AC Adapter
Z3Z68AV#ABA
Power Cord - C5 1.0m Power Cord US
Y4E86AV
Battery - 9 Cell 90 WHr Long Life
Z3Z66AV#ABA
Warranty - 3/3/3 Warranty US
Y4F49AV
Recovery media - Win10 Driver DVD
P5Q56AV#ABA
Options - DIB HP ZBook 150W TB3 Dock TAA US
Y8L12AV
Options - DIB HP Comfort Grip Wireless Mouse
Y8L09AV
Options - DIB HP Mobile USB DVDRW NonLS
P8A08AV
Options - DIB HP Business Top Load Case
UG840E
HP 3 Year Next Business Day Onsite w/Defective Media Retention Notebook Only HP
RCTO ZBOOK 15
G4 I7-7700HQ 1E DEVICES
219
0002 Configurable - HP EliteDesk 800 G3 Small Form Factor - Y2Z63AV
Y2Z63AV
Product - HP EliteDesk 800 G3 Small Form Factor
Y3N39AV#ABA
Operating system - Windows 10 Pro 64 - HP recommends Windows 10 Pro
W6N52AV
ENERGY STAR label - ENERGY STAR Certified Label
Chipset - Intel Q270 Chipset
Y1B18AV
Chassis configuration - HP EliteDesk 800 G3 SFF Platinum 180W Chassis
Z6G65AV
Processor - Intel Core i7-7700 3.6G 8M 2400 4C (7th Generation)
Y1B23AV
Memory - 32GB (2x16GB) DDR4-2400 NECC UNB
Intel Optane Memory - None Selected
Y3Z29AV
1st hard drive - SSD 512GB FIPS 140-2 2.5
2nd hard drive - No Second Hard Drive
3rd hard drive - None Selected
1DS40AV
Optical drive - Ultraslim DVD-Writer
Graphics - No Item Selected
2nd Graphic card - No Item Selected
Integrated Network - Intel i219LM Gigabit Network Connection
1RS71AV#ABA
Keyboard - HP USB Business Slim SmartCard CCID Keyboard
Y3L77AV
Mouse - HP USB 1000dpi Laser Mouse
Z6S82AV
Security - MISC Convert TPM to 2.0
Y3L56AV
Packaging - Single Unit (SFF) Packaging
Y3X76AV#ABA
Country kit - HP EliteDesk 800 G3 Country Kit
Y3L85AV#ABA
Warranty - 3/3/3 SFF Warranty
1CP84AV
Technical Labels - Intel 7th Generation Core i7 Label vPro
Y3L24AV
Additional accessories - HP DisplayPort Port (Video - only one Video selection
allowed)
UE332E
HP 3 Year Next Business Day Onsite Hardware Support w/ Defective Media
Retention For Desktops HP
ELITEDESK 800
85
0003 Configurable -HP EliteBook 850 G4 Notebook PC with Intel i7-7600U
1BG65AV
Product - HP EliteBook 850 G4 Notebook PC with Intel i7-7600U (2.8 GHz w/Turbo,
3MB L3 Cache)
Processor, FHD , FPR included , with No Camera , nFC and discrete Radeon 7 M465
Graphics -RCTO
X7W39AV#ABA
Operating system - Windows 10 Pro 64
Y8C94AV
Processor label - Intel Core i7 G7 Label
X7B43AV
ENERGY STAR label - eStar Enable IOPT
X9H52AV
Additional hardware and software - Intel SGX Permanent Disable
V0J79AV
Additional hardware and software - Convert to 2.0 Trusted Platform Module
Intel Ultrabook Label - Select if NON-Ultrabook configuration
X9H42AV
Out-of-Band Management - NO vPro AMT supported Feature
X4B53AV
Integrated camera - Integrated HD 720p DualAryMic Webcam
X4B76AV
Memory - 32 GB (2x16GB) DDR4 2133
Internal Storage - Selected Mini Card SSD as only Internal Storage device (Only
available if mini card
(mcSSD) is selected)
X4B62AV
Mini Card - 512 GB PCIe NVMe Three Layer Cell Solid State Drive
X4B69AV#ABA
Keyboard - Dual Point Backlit spill-resistant Keyboard
X4B82AV
Wireless LAN - Intel 8265 802.11 a/b/g/n/ac 2x2 nvP +Bluetooth 4.2 with 2
Antennas
X4B77AV
Near Field Communications - No NFC Module
X4C06AV
HP Mobile Broadband - No WWAN
X4B51AV
Security - Integrated Fingerprint Reader
X4B88AV
AC Adapter - 65 Watt Smart nPFC AC Adapter
X4B84AV#ABA
Power Cord - Power Cord - 1.0 Meters
X4B42AV#ABA
Country Kit - Destination Country Kit Localization
X4B90AV
Battery - 3 Cell 51 WHr Long Life Battery
Y5X84AV#ABA
Warranty - 3/3/0 Warranty
2RY65AV#ABA
Recovery media - Win10 PRO 64 OS DVD
Y4S89AV
Options - DIB HP Basic Carrying Case
E5C22AV#ABA
Options - DIB HP UltraSlim Dock TAA US
Y4S94AV
Options - DIB HP Comfort Grip Wireless Mouse
UE339E
HP 3 year Next business day onsite Hardware Support w/Defective Media Retention
for Notebooks HP
ELITEBOOK 850 G4 NOTEBOOK
73
0004
HP USB External DVDRW Drive F2B56AA F2B56AA HP USB EXTERNAL DVDRW DRIVE F2B56AA
HP USB EXTERNAL DVDRW DRIVE
73
0005 Configurable - RCTO HP RCTO DSC i7-7700HQ Studio G4 Base NB PC - Y1F35AV
Y1F35AV
Product - HP RCTO DSC i7-7700HQ Studio G4 Base NB PC
Y1F90AV#ABA
Operating system - Windows 10 Pro 64 US
X9H84AV
Intel Ultrabook Label - Intel Ultrabook US Label Technical AV
Y1F76AV
Integrated camera - Integrated HD 720p DualAryMic Webcam
X9H35AV
ENERGY STAR label - eStar Enable IOPT
Y1F42AV
Display - 15.6 inch FHD (1920x1080) Anti-Glare B-LED UWVA for HD Webcam slim
Y1F72AV
1st hard drive - 512GB Turbo Drive G2 Multi Layer Cell Solid State Drive
Y1F63AV
Security - Fingerprint Reader
Y1F83AV#ABA
Keyboard - Dual Point Backlit spill-resistant US
Y1F58AV
Memory - 32GB (2x16GB) DDR4 2400
Y1F79AV#ABA
Power Cord - C5 1.0m Power Cord US
Y1F39AV
Recovery media - Win10 Driver DVD
P5Q56AV#ABA
Options - DIB HP ZBook 150W TB3 Dock TAA US
Y8L12AV
Options - DIB HP Comfort Grip Wireless Mouse
Y8L09AV
Options - DIB HP Mobile USB DVDRW NonLS
P8A08AV
Options - DIB HP Business Top Load Case
Y8D04AV
Processor label - Core i7 G7 Label
X9H49AV
Out-of-Band Management - No vPro AMT supported
Y1F40AV
Graphics - NVIDIA Quadro M1200 4GB Graphics
Y1F80AV#ABA
Country Kit - Country Localization US
Y1F28AV
AC Adapter - 150 Watt Smart Slim AC Adapter
Y1F29AV
Battery - 4 Cell 64 WHr Long Life
Y1F94AV#ABA
Warranty - 3/3/3 Warranty US
Y1F78AV
Wireless LAN - Intel 8265 ac 2x2 nvP +Bluetooth 4.2 WW
UG840E
HP 3 Year Next Business Day Onsite w/Defective Media Retention Notebook Only HP
RCTO DSC I7-7700
44
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance
The expected Delivery Date for this effort is: 15 April 2018
Offeror Instructions:
The Government will award a Firm Fixed Price contract resulting from this
solicitation to the responsible
offer whose quotation conforming to the solicitation represents the Lowest
Price Technically Acceptable
(LPTA)
Notice: The Government may consider quotes that fail to follow all instructions
to be unacceptable and
ineligible for contract award.
Quotes shall:
1. Include pricing for each individual unit and a total price in US Dollars ($);
2. Be written in English and show the offeror name, address, DUNS and CAGE
code, business size and
type of small business, and telephone and e-mail address of an Offeror point of
contact;
3. Stay within the page limitations indicated below;
4. Be submitted in electronic PDF or Excel format; and
Certification: "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 US (i.e., that the products are TAA
compliant and that the offeror is
authorized to sell them in the US)." Certification is not limited in pages.
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 US, or that
the product is in some manner not TAA compliant.
All text shall be formatted on an 8 by 11 inch page in 12 point Times New
Roman font. All pages of the
Technical File shall be numbered and shall not exceed ten pages.
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection methodology. The
Government intends to award a contract to the lowest price technically
acceptable quote received in
response to this solicitation. Any quote evaluated as unacceptable will not
receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal Acquisition
Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement
(DFARS) Publication
Notice 20161222. 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
or https://acquistion.gov/far/.
The following provisions apply to this acquisition:
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items (Jan 2017);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or Transactions
Relating to IranRepresentation and Certifications (Oct 2015);
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov 2011); and
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following clauses, incorporated by reference, apply to this acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this solicitation:
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
(Sep 2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun 2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.244-7000, Subcontracts for Commercial Items (Jun 2013); and,
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
This RFQ closes on 03/16/2018 at 11:00 AM, Pacific Time. Questions and quotes
must be uploaded on the
SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC
Pacific/Simplified
Acquisitions/N66001-18-Q-7811. E-mail quotes or offers will not be accepted.
Late quotes will not be
accepted. For e-Commerce technical issues, contact the SPAWAR Paperless
Initiatives Help Desk at 858-
537-0644 or
[email protected].
The point of contact for this solicitation is David St. Cyr at
[email protected]. Please include RFQ#
N66001-18-Q-7811 on all inquiries. The due date for questions is 03/07/2018.
Questions may be
addressed afterward at the discretion of the Government.
All responding vendors must have a completed registration in the System for
Award Management (SAM)
website prior to award of contract. Information can be found at
https://www.sam.gov/. Complete SAM
registration means offerors shall have a registered DUNS and CAGE Code.
Bid Protests Not Available