Federal Bid

Last Updated on 28 Aug 2020 at 5 PM
Combined Synopsis/Solicitation
Louisville Tennessee

Apple iPad Mini 5 256GB

Solicitation ID W50S98-20-Q-0103
Posted Date 28 Aug 2020 at 5 PM
Archive Date 19 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n1 Uspfo Activity Tnang 134
Agency Department Of Defense
Location Louisville Tennessee United states 37777

I)  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.  This solicitation will be using FAR part 12 and 13 procedures.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

II)  Solicitation W50S98-20-Q-0103 is being issued as a Request for Quote.

III)      This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2020-04.

IV)      This procurement is set aside for small business.  The NAICS code is 334111 and the small business size standard is 1,250 EMP.

V)        Line Items:

CLIN 0001-Apple iPad Mini 5 256GB         81 EA

VI)      Item Description:  81 iPad Mini 5s with 256GB capacity; A12 Bionic chip with64-bit architecture; Retina display; Neural Engine Embedded M12 coprocessor; Wi-Fi (802.11a/b/g/n/ac); Simultaneous dual band (2.4GHz and 5GHz); HT80 with MIMO; Bluetooth 5.0 technology; Digital compass; Wi Fi location; iBeacon microlocation; Touch ID; 3-axis gyro; Accelerometer Barometer; 19.1-watt-hour rechargeable lithiumpolymer battery; iPadOS Operating system; AppleCare+ Two Year Protection Plan.

Vendor shall enroll each iPad into the USAF Device Enrollment Program, account Number 1207562

Product must be Apple iPads per the approved hardware list.

VII)     Place of Delivery:  Louisville, TN 37777

VIII)   Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision.

IX)  Provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and technical specifications.

     Technical specifications and price, when combined, are equal.

      (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

      (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

X) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

XI) Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with the following addendum:  DFARS 252.204-7004, Alt A, System for Award Management.

XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or   Executive Orders – Commercial Items (DEVIATION 2013-O0019). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract.

52.203-3, Gratuities

52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government – Alternate I

52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements

52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper

52.204-7, System for Award Management;

52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards;

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-22, Alternative Line Item Proposal

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-6, Protecting the Government’s Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment;

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.211-6, Brand Name or Equal;

52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data

52.219-1, Alt I, Small Business Program Representations;

52.219-8, Utilization of Small Business Concerns

52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns

52.219-28, Post-Award Small Business Program Representation;

52.222-3, Convict Labor;

52.222-19, Child Labor – Cooperation with Authorities and Remedies

52.222-21, Prohibition of Segregated Facilities;

52.222-22, Previous Contracts and Compliance Reports;

52.222-26, Equal Opportunity

52.222-25, Affirmative Action Compliance;

52.222-37, Employment Reports on Veterans

52.222-50, Combating Trafficking in Persons;

52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving:

52.225-13, Restriction on Certain Foreign Purchases;

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification;

52.232-33, Payment by Electronic Funds Transfer- System for Award Management;

52.232-39, Unenforceability of Unauthorized Obligations;

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-1, Disputes;

52.233-3, Protest After Award;

52.233-4, Applicable Law for Breach of Contract Claim;

52.247-34, F.O.B. Destination;

252.203-7000, Requirements Relating to Compensation of Former DoD Officials;

252.203-7002, Requirement to Inform Employees of Whistleblower Rights;

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7003, Control of Government Personnel Work Product

252.204-7004 Alt A, System for Award Management;

252.204-7006, Billing Instructions;

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

252.204-7011, Alternative Line Item Structure 

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.211-7003, Item Unique Identification and Valuation

252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations

252.215-7007, Notice of Intent to Resolicit

252.215-7008, Only One Offer

252.222-7007, Representation Regarding Combating Trafficking in Persons

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7001, Buy American and Balance of Payments Program

252.225-7031, Secondary Arab Boycott of Israel 

252.225-7048, Export-Controlled Items;

252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

252.232-7003, Electronic Submission of Payment requests and Receiving Reports

252.232-7006,  Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments;

252.243-7001, Pricing of Contract Modifications;

252.243-7002, Requests for Equitable Adjustment

252.244-7000, Subcontracts for Commercial Items

252.247-7023, Transportation of Supplies by Sea

XIII) Provision FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation.

52.233-2, Service of Protest

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the  Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

(1) Protest to the independent review authority shall be filed at:

Office of Chief Counsel

ATTN: NGB Protest Decision Authority

111 South George Mason Dr.

Bldg. 2

Arlington, VA 22204-1373

FAX (703) 607-3684 or -3682

OR

(2) Protest to the Contracting Officer shall be filed at:

134ARW/MSC

ATTN: Paula Sales

123 Briscoe Drive

Louisville, TN 37777-6227

FAX (865)336-3351

ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

XIV) N/A

XV) N/A

XVI) All quotes must be sent to Paula Sales at [email protected]; Quotes are required to be received not later than 4 September 2020 at 2:00 PM EST.

XVII) Point of contact is Paula Sales (865)336-3351 or email [email protected].

Bid Protests Not Available

Similar Past Bids

Belcourt North dakota 18 Jun 2019 at 5 PM
Columbus California Not Specified
Columbus California Not Specified
Kosciusko Mississippi 20 Mar 2025 at 5 AM

Similar Opportunities

Clinton Mississippi 11 Jul 2025 at 8 PM
Clinton Mississippi 11 Jul 2025 at 7 PM
Kearneysville West virginia 15 Jul 2025 at 5 PM