Federal Bid

Last Updated on 27 Jul 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Macbooks

Solicitation ID F1W0WP1137A001
Posted Date 30 Jun 2011 at 11 PM
Archive Date 27 Jul 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5000 673 Cons Lgc
Agency Department Of Defense
Location Sao tome and principe
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for F1W0WP1137A001.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This will be a Total Small Business Set-Aside with an associated NAICS code of 334111 and a size standard of 1000 employees.

The line item descriptions are as follows:

Line Item 0001 - Apple Macbook Pro 2.2Ghz, 4GB RAM, 15.4", P/n - MC723LLA (Qty 4 EA)

Line Item 0002 - Adobe Creative Suite 5.5 Design Standard for Mac, P/n - 65122046 (Qty 4 EA)

Line Item 0003 - Delivery: 30 Days After Date of Contract (ADC) FOB Destination to Public Affairs, 10480 22nd St, Elmendorf AFB, Alaska 99506

End Item Description.


PROVISIONS/CLAUSES:
The following provisions of the FAR apply to this acquitition:
52.212-1, Instructions to Offerors Commercial Item
52.212-2, Evaluation- Commercial Items
52.212-3 & Alt I, Offeror Representations and Certifications, Commercial Items (the offeror must include a completed copy of this provision with their proposal)
The following clauses of the FAR apply to this acquitition:
52.212-4, Contract Terms and Conditions Commercial Items
52.212-5 DEV, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items
52.219-6 Notice of Total Small Business Set Aside
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
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-13, Restriction on Certain Foreign Purchases
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-64 and Alt 1, Preference for Privately Owned U.S.-Flag Commercial Vessels.
The following provisions/clauses of the DFARS apply to this acquitition:
252.203-7000, Requirments Relating to Compensation of Former DoD Officials
252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items
252.225-7000, Buy American Act - Balance of Payments Program Certificate
252.225-7001, Buy American Act - Balance of Payments
252.232-7003, Electronic Submission of Payment Requests
252.247-7023 and Alt III, Transportation of Supplies by Sea


INSTRUCTIONS TO OFFERORS:
All proposals must be faxed, mailed, or emailed to: SrA Larry Lynn Vester II. Address: 10480 22nd Street, JBER, Alaska 99506. Phone: (907) 552-0194. Fax: (907) 552-1420. Email: [email protected]. All contractors must be registered in the Central Contractor Registration, http://www.ccr.gov, database prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application, https://orca.bpn.gov/, as soon as possible, to expedite contract award. Wide Area Workflow, https://wawf.eb.mil/, will be the method of submitting invoice after receipt of supplies or services. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (If applicable), Date offer expires, warranty, Line item unit price, and Total cost.
.

EVALUATION OF QUOTATIONS/OFFERS:
Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the lowest price and technical acceptability (capability of item(s) offered to meet the government need) which will be most advantageous to the government. Quotes must be signed, dated, and submitted by 5 July 2011, 8:00 pm, Eastern Standard Time (EST) to the 673rd Contracting Squadron/LGCC, Attn: SrA Larry Lynn Vester II.


LATE OFFERS:
Offerors are reminded that e-mail transmission of quote/offer will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).

POINTS OF CONTACT:
Larry Lynn Vester II, Contract Administrator, Phone (907) 552-0194, Fax (907) 552-1420, [email protected]

Paul Tucker, Contract Administrator, Commercial Phone (907) 552-3053, Fax (907) 552-1420
[email protected]


Email your questions to Larry Vester: [email protected]

Bid Protests Not Available

Similar Past Bids

Hurlburt field Florida 06 Sep 2012 at 10 PM
Draper Utah 22 Aug 2018 at 1 PM
Force Pennsylvania 12 Jun 2008 at 6 PM
Location Unknown 08 Dec 2015 at 4 PM
South carolina Not Specified

Similar Opportunities

Jber Alaska 25 Jul 2025 at 8 PM
Location Unknown 11 Jul 2025 at 9 PM
Baltimore Maryland 11 Jul 2025 at 9 PM
Clinton Mississippi 11 Jul 2025 at 8 PM
Clinton Mississippi 11 Jul 2025 at 7 PM