Federal Bid

Last Updated on 21 Sep 2021 at 2 PM
Combined Synopsis/Solicitation
Annapolis Maryland

7E--Laptops (Model HP Elitebook G8 or Equivalent)

Solicitation ID N0018921Q0482
Posted Date 21 Sep 2021 at 2 PM
Archive Date 22 Mar 2022 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsup Flt Log Ctr Norfolk
Agency Department Of Defense
Location Annapolis Maryland United states 21402
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 N0018921Q0482 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 2021-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes.

The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:

2021-09-23 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Annapolis, MD 21402

The FLC - Norfolk requires the following items, Brand Name or Equal, to the following:
LI 001: See Attached Solicitation., 51, EA;
LI 002: See Attached Solicitation. Option to Increase Quantity, 10, EA;
LI 003: See Attached Solicitation. Option to Increase Quantity, 10, 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, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace 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. FLC - Norfolk 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 Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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.
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 334111 and the Small Business Standard is 1,250 Employees.

FAR 52.247-34, F.o.b. Destination applies

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments are permitted unless specifically authorized at the time of award.

Bid MUST be good for 30 calendar days after close of Buy.

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

System for Award Management

52.204-10 Reporting Subcontract Awards.

Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)

Prohibition on Contracting with Inverted Domestic Corporations (May 2012)

52.212-2 Evaluation - Commercial Items.

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.

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 w/ Disabilities

52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13 Restrictions on Certain Foreign Purchases.

52.232-18 Availability of Funds

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

Control of Government Personnel Work Product (April 1992)

Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)

252.211-7003 Item Identification & Valuation (AUG 2008)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.247-7023 Transportation of Supplies by Sea (MAY 2002)

252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.

Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

Bid Protests Not Available

Similar Past Bids

Ohio 08 Jun 2022 at 4 AM
Ohio 06 Jun 2022 at 1 PM
Ohio 06 Jun 2022 at 4 AM
Annapolis Maryland 19 Aug 2021 at 6 PM
Ohio 25 Feb 2022 at 7 PM

Similar Opportunities

Maryland 11 Jul 2025 at 4 AM
Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM