Federal Bid

Last Updated on 27 Sep 2012 at 9 AM
Combined Synopsis/Solicitation
Hurlburt field Florida

MacBooks

Solicitation ID F2FF082230AC01
Posted Date 06 Sep 2012 at 10 PM
Archive Date 27 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4417 1 Socons Lgc
Agency Department Of Defense
Location Hurlburt field Florida United states
Solicitation Number is F2FF082230AC01 hereby issued as a Request for Quotation. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, effective 27 Aug 2012.

Responses are due 12 Sept 2012 at 3:30 PM CST.

The Government has a commodities requirement for MacBooks. The North American Industry Classification System (NAICS) code for this project is 334111 with a size standard of 1000 Employees; the SIC code is 3571. The contract will be a single award, unrestricted, Firm-Fixed-Price type contract. The incorporated provisions and clauses are current according to http://farsite.hill.af.mil . The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the items below.

NOTICE: The following requirement is a ‘Brand Name' requirement. Proposals containing ‘or equal' items will not be considered.


CLIN 0001: MacBook Pro 13-inch QTY: 27
2.9GHz Dual-core
Model Number MD102A2
Turbo Boost up to 3.6GHz
8GB 1600 MHz DDR3 SDRAM/ 2x4GB
512GB Solid State Drive
SuperDrive 8x (DVD/R DL/DVD/RW/CD-RW)
Backlit Keyboard (English) & User's Guide (English)

CLIN 0002: Apple Care Protection Plan QTY: 27

CLIN 0003: 15'' MacBook Pro w/ Retina Display QTY: 10
2.7 GHz i7
16 GB of Memory
512GB Flash Storage

CLIN 0004: Apple Care Protection Plan QTY: 10


FOB: Destination for delivery to Hurlburt Field, FL 32544

CLAUSES INCORPORTATED BY REFERENCE:

FAR 52.204-99: System for Award Management Registration (DEVIATION)
FAR 52.209-6: Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.212-4: Contract Terms and Conditions-Commercial Items
FAR 52.222-3: Convict Labor
FAR 52.222-19: Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-20: Walsh-Healey Public Contracts Act
FAR 52.222-21: Prohibition of Segregated Facilities
FAR 52.222-22: Previous Contracts and Compliance Reports
FAR 52.247-34: F.O.B. Destination
FAR 52.222-36: Affirmative Action for Handicapped Workers
FAR 52.225-13: Restriction on Certain Foreign Purchases
FAR 52.233-4: Applicable Law for Breach of Contract Claim
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights
DFARS 252.232-7003: Electronic Submission of Payment Requests

CLAUSES INCORPORATED BY FULL TEXT:

FAR 52.212-1: Instructions to Offerors-Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to include technical specifications. Offeror shall submit offers to 1 SOCONS/LGCC, Attn: 2nd Lt Brantley Austin, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number F2FF082201AC01. Offers may be emailed to [email protected]. The government reserves the right to evaluate proposals and award a contract without discussions with offerors.

Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Quotation. 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:
(1) PRICE
(2) TECHNICAL

The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price.

The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer.

FAR 52.212-3: Offeror representations and Certifications-Commercial Items and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.SAM.gov/;
FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses:
FAR 52.219-1: Alt 1 Small Business Program Representations
FAR 52.252-1: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-6: Authorized Deviations in Clauses
DFARS 252.211-7003: Item Identification and Valuation
DFARS 252.212-7001: Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items
AFFARS 5352.201-9101: OMBUDSMAN

Contracting Specialist, 2nd Lt Brantley Austin Phone (850) 884-2082, FAX 850-884-2041, E-Mail: [email protected] , 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810

Contracting Officer, 1st Lt John Lingamfelter Phone (850) 884-5373, FAX 850-884-2041, E-Mail: [email protected] , 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Jun 2011 at 11 PM
Louisville Tennessee 11 Jun 2021 at 5 PM
Force Pennsylvania 12 Jun 2008 at 6 PM
Oklahoma 29 Oct 2024 at 4 AM
Oklahoma 29 Oct 2024 at 4 AM

Similar Opportunities

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