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 W9127P-19-Q-016A_01 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 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-19 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be kingshill, VI 00850
The National Guard - Virgin Islands requires the following items, Meet or Exceed, to the following:
LI 001: Forensic Toolkit + 1 Year Subscription
FTK V6 single user perpetual license with dongle and 1 year SMS, 1, EA;
LI 002: FREDDIE Ruggedized Mobile System; Digital Intelligence FREDDIE computer
system
ÃË- Motherboard Chipset: Intelî X299 Chipset Motherboard
ÃË- OS: Windows 10 Pro 64-bit [T0018]
ÃË- CPU: i7-7820X 8 Core 3.6 GHz (4.3 Turbo), 11MB Cache [T1054]
ÃË- RAM: 64 GB PC4-21300 DDR4 2666 MHz [T2014]
ÃË- Video Card: [T0023] Nvidia GTX 1050Ti, 4GB, 128 bit GDDR5, 768
CUDA Cores
ÃË- OS Drive: [T3043] - 512 GB M.2 NVMe PCIe Solid State Drive # PRO
Series
ÃË- Drive 2 - Internal PCIe M.2 SSD: None Selected
ÃË- Drive 3 - SATA Interface: 512 GB SATA Solid State Drive - Pro
Series [T3077]
ÃË- Drive 4 - SATA Interface: None Selected
ÃË- Drive 5 - SATA Interface: None Selected
ÃË- Drive 6 - SATA Interface: None Selected
ÃË- Drive 7 - USB 3.1 Interface: 2 TB 7200 rpm SATA Hard Drive [T3095]
ÃË- NIC (Network Interface Card) Options are in addition to the onboard
ÃË- 1 Gigabit network ports : None, 1, EA;
LI 003: VPER Kit with EnCase
- Motherboard Chipset: Intelî Z370 Express Chipset Motherboard
- OS: Windows 10 Pro 64-bit [T0018]
- CPU: [T1446] i7-9700K 8 Core 3.6GHz (4.9 Turbo), 12MB
- RAM: [T2417] 64GB PC4-19200 DDR4 2400
- Graphics Card: [T0033] NVIDIA GeForce RTX 2060 6GB GDDR6
- OS Drive: [T3044] - 1 TB M.2 NVMe PCIe Solid State Drive - PRO
THIS DESCRIPTION IS TOO LONG FOR THIS SPACE - YOU MUST VIEW THE ATTACHED DOCUMENT FOR A COMPLETE DESCRIPTION, 1, EA;
LI 004: shipping and handling
Shipping to the Virgin Islands - RR2, Box 9200, Kingshill, VI 00851, 1, EA;
Solicitation and Buy Attachments***Question Submission: Interested Offerers 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, National Guard - Virgin Islands intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Virgin Islands 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 bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at
[email protected]. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or
[email protected] of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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 OCONUS (outside of the 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.
52.204-7 -- System for Award Management
52.212-4 -- Contract Terms and Conditions -- Commercial Items
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.204-13 ââ¬â System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 ââ¬â Basic Safeguarding of Covered Contractor Information Systems
52.204-22 ââ¬â Alternative Line Item Proposal
52.209-10 ââ¬â Prohibition on Contracting With Inverted Domestic Corporations
(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding.
52.219-6 -- Notice of Total Small Business Set-Aside
52.219-28 ââ¬â Post-Award Small Business Program Rerepresentation
52.222-3 -- Convict Labor
52.222-19 -- Child Laborââ¬âCooperation with Authorities and Remedies
52.222-21 -- Prohibition of Segregated Facilities
52.222-26 -- Equal Opportunity
52.222-50 -- Combating Trafficking in Persons
52.225-13 -- Restrictions on Certain Foreign Purchases
52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management
52.232-40 ââ¬â Providing Accelerated Payments to Small Business Subcontractors
52.233-3 -- Protest After Award
52.233-4 -- Applicable Law for Breach of Contract Claim
52.252-2 -- Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/far.html (End of Clause)
52.252-6 -- Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ââ¬Å(DEVIATION)ââ¬ï¿½ after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ââ¬Å(DEVIATION)ââ¬ï¿½ after the name of the regulation. (End of clause)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7011 Alternative Line Item Structure
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
this clause is to be included full text. FEDBID terms form does not allow for such a long description. Please see the DFARS full clause online at http://farsite.hill.af.mil/vmDFARA.HTM
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System
252.225-7000 Buy American--Balance of Payments Program Certificate
252.225-7031 Secondary Arab Boycott of Israel
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
WideArea WorkFlow system is required for invoicing this prospective contract. If WAWF is not accessible, invoicing will not be available until access is granted.
252.232-7010 Levies on Contract Payments
252.247-7023 Transportation of Supplies by S
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/.
Bid Protests Not Available