Federal Bid

Last Updated on 15 Jul 2017 at 8 AM
Combined Synopsis/Solicitation
Marine Illinois

Memory: 128GB DDR4 SDRAM

Solicitation ID M00264-17-T-0117
Posted Date 23 Jun 2017 at 12 PM
Archive Date 15 Jul 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Marine Illinois United states

*Load Reduced Memory
*Mfr. Part # CT4K32G4LFD424A
*This is a new requirement, not existing

UNITED STATES MARINE CORPS

MARINE CORPS INSTALLATIONS NATIONAL CAPITAL REGION
MARINE CORPS BASE QUANTICO
3250 CATLIN AVENUE
QUANTICO VIRGINIA 22134-5001

                                                                                                                                                                                From:               Thea Smith, Contracting Specialist,

                        Marine Corps Installations, National Capital Region

                        Regional Contracting Office

Subject:            Request for Quote (RFQ) Number: M00264-17-T-0117

Date:                23 June 2017

 

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. Prospective awardees must be registered in System for Award Management (SAMs) prior to invoicing.  Information on registering in SAMs may be obtained at https://www.sam.gov.  The provisions FAR 52.212-1 Instruction to Offerors - Commercial Items and FAR 52.212-3 Offeror Representations and Certifications- Commercial Items apply to this acquisition.  The clause FAR 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items apply to this acquisition. The contractor shall comply with all Federal, State, and Local regulations.

This RFQ document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, published 13 Jan 2017.

This acquisition is a 100% small business set-aside under NAICS code 334419 with 750 Employees.            

Request for Quotation on the following supply/service:

CLIN

Item Description

Unit

Qty.

Unit Price

Extended Total

0001

128GB DDR4 SDRAM Memory Module - 128 GB (4 x 32 GB) - DDR4 SDRAM -2400 MHz (same or similar to brand name)

EA

3.0

 

 

 

Delivery date requested: 31 July  2017

Please provide FOB Destination pricing and a delivery schedule (with your offer) for the following address:  Marine Corps Pentagon, Washington, District of Columbia

The closing date and time for quote submission is: 30 June 2017, COB,  Eastern Standard Time (EST). Offers received after this date and time may be considered non-responsive and will not be given further consideration. Please provide all submissions to Government Point of Contact:  Mrs. Thea Smith, Contract Specialist at [email protected].

All contractors must comply with the requirement listed above for this request. Failure to comply may result in disqualification. This will be a Firm Fixed Price (FFP) contract.

This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.

The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program.

Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors.

TECHNICAL EVALUATION STANDARD:

The contractor shall address the following two factors:

  1. Factor 1 - Technical Capability - Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery.

 

  1. Factor 2 - Price - The offeror shall complete CLIN pricing on page one (1) of this solicitation. In addition to the completed CLIN pricing on page one (1), the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices.

DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision.

AWARD DECISION: The award decisions will be made as follows:

•(1)   Step One - Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated "unacceptable", the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table.

 

Rating

Description

Acceptable

Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal.

Unacceptable

Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award.

Table A-1

 

•(2)   Step Two - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 2 - Price.

•(3)   Step Three - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation.

 DISCLAIMER:

This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize the individual or company to being work.

 The Contracting Officer is the only person who can legally modify a resulting contract or obligate the Government for expenditure of funds.  Costs shall be incurred by recipients of the solicitation in anticipation of receiving direct reimbursement from the Government. 

 Only the Contracting Officer has the authority to authorize deviations from the terms and conditions of any resulting contract, including deviations from specifications and requirements.  In the event the Contractor does deviate, without written approval of the Contracting Officer, such deviations shall be at the risk of, and any cost related thereto shall be borne by the Contractor.  Any matter concerning a change to the scope, prices, costs, terms or conditions of this contract shall be referred to the Contracting Officer.

  SALIENT CHARACTERISTICS:

 128GB DDR4 SDRAM Memory Module - 128 GB (4 x 32 GB) - DDR4 SDRAM -2400 MHz
Please Provide the Following
:

1.  Tax Identification Number: _____________________

 2.  Company Registered in WAWF-RA (Wide Area Workflow):_______________

              If Not, Will Your Company Register? ________________

 3.  Company Registered In System for Award Management (SAM):_______________

             If Yes, What Is Your DUNS# and/or Cage Code: _______________

           

             If No, Will You Register: ________________

 

4.  Company Considered Small or a Large Business under the NAICS Code of  511210.                               

 5.  Delivery Time of Requested Items:  ____________      Please show earliest delivery date possible.

 6.  FOB Cost If Applicable:_______________ 

A.  NOTE:  Is Freight (Fob) Included In Price?  If Not, Please Indicate Price and Where It's Being Originated From: _______________   

Discount Terms: ___________

Company Name and Address: ______________________________________________________________________________

___________________________________________________________________________

Company Point of Contact:  _______________________________________________________

Company Telephone:  __________________

Company Facsimile:  ___________________

GSA Contract Number & expiration date:_________________________

Quoted price(s) submitted that are open market shall be marked "commercial pricing".

The following FAR clauses and provisions apply to this acquisition and can be viewed at http://www.acquisition.gov/far:

52.204-13        SAM

52.232-40        Providing Accelerated Payments to Small Business Subcontractors

52.212-1          Instructions to Offerors

52.212-3          Offeror Representations and Certifications - Commercial Items

(Complete and return with offer unless registered electronically in SAM at http://www.sam.gov/.)

52.212-4          Contract Terms and Conditions - Commercial Items

52.212-5          Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (The following numbered items apply: (14), (25), (26), (27), (28), (42), (48), (54)).

52.252-1          Solicitation Provisions Incorporated by Reference

252.203-7000              Requirements Relating to Compensation of Former DOD Officials

252.203-7002  Requirement to Inform Employees of Whistleblower Rights.

252.204-7012              Safeguarding of Unclassified Controlled Technical Information

252.211-7003              Item Unique Identification and Valuation

252.225-7048 -   Export-controlled Items

252.232-7003              Electronic Submission of Payment Requests and Receiving Reports

252.232-7006              Wide Area Workflow

252.232-7010              Levies on Contract Payments

252.243-7001              Pricing of Contract Modifications

252.243-7002              Requests for Equitable Adjustment

252.247-7023              Transportation of Supplies by Sea

U3       DD 250 Receiving Report Submission Through Wide Area Workflow - Receipt and Acceptance (WAWF-RA)

** Special Invoicing Instructions:  Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) **

WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests.  Compliance with WAWF-RA is mandatory.  Include in each offer a statement acknowledging that you are WAWF-RA compliant.  In order to get registered with WAWF-RA, visit https://wawf.eb.mil/.  In order to WAWF-RA you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within you company.

Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Dec 2018 at 1 PM
Location Unknown 30 Dec 2020 at 5 AM
Los angeles California 30 Dec 2020 at 5 AM
Location Unknown 11 Jun 2008 at 2 PM
Philadelphia Pennsylvania 06 Jul 2021 at 2 PM

Similar Opportunities

Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Tampa Florida 30 Jul 2025 at 4 PM
Oklahoma 19 Jul 2025 at 4 AM (estimated)
Oklahoma 19 Jul 2025 at 4 AM (estimated)