MOBILE EDITING SYSTEM
COMBINED SYNOPSIS/SOLICITATION: HQ00289092071 ***WITH AMENDMENT 001 DTD JULY 24, 2019 *** Title: MOBILE EDITING SYSTEM Description(s): COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solici... COMBINED SYNOPSIS/SOLICITATION: HQ00289092071 ***WITH AMENDMENT 001 DTD JULY 24, 2019 *** Title: MOBILE EDITING SYSTEM Description(s): COMBINED SYNOPSIS/SOLICITATION 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Brand Name Procurement - SAP Justification is available upon request a. Solicitation Number HQ00289092071 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2019-02, effective 6 May 2019 and DFARS Change Notice 20190531. c. This procurement is a brand name requirement; associated with NAICS Code 333316 with a size standard of 750 employees and is set aside for small business. d. Description: Note: THESE ITEMS ARE BRAND NAME OR EQUAL; JUSTIFICATION AND APPROVAL WILL BE FURNISHED ON REQUEST. FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. CLIN 0001: MOBILE EDITING SYSTEM DESCRIPTION: DEPLOYMENT EDITING KIT, MACBOOK PRO 15, AS CONFIGURED BELOW; EACH KIT IS COMPRISED OF THE ITEMS BELOW AND MUST BE DELIVERED AS A COMPLETE KIT (ALL ITEMS AT ONCE); 1 EA, Z0V1-2.9321TB560SG, MACBOOK PRO 15-INCH WITH TOUCH BAR - SPACE GRAY: APPLE 15.4-IN BOOK PRO WITH TOUCH BAR, 6-CORE INTEL CORE I9 2.9GHZ, 32GB RAM, 1TB SSD STORAGE, RADEON PRO 560X WITH 4GB OF GDDR5, 10-HOUR BATTERY LIFE, SPACE GRAY, MACOS MOJAVE; 1 EA, ACS03, APPLECARE PROTECTION PLAN FOR MACBOOK PRO (S6054LL/A) - TOTAL OF 3 YEARS OF CARRY IN HARDWARE WARRANTY, SYSTEM LEVEL TELEPHONE SUPPORT; 1 EA, GUD3C08, IOGEAR, USB-C TRAVEL POCKET DOCK WITH POWER DELIVERY 3.0, USB-CUSB 3.1 GEN 1 (DETACH), VGA1920 X 1080P AT 60HZ HDMI 1.4 COMPLIANT, RESOLUTION UP TO 4KX2K AT 30HZ, USB-A2X USB-A 3.0 (1 SUPPORT BC1.2 CHARGING) USB-C1X USB 3.1 SUPPORTS DATA AND POWER DELIVERY, 3.0 CARD READER; 1 EA, SCM-3500, TRUSTIN TECHNOLOGY SCR3500 SMART CARD READER (SCR3500) - FULL SPEED USB 2.0 (12.0 MBPS); CCID COMPLIANT; CERTIFIED BY NIST; LISTED ON THE GSA/NIST FIPS 201 EVALUATION PROGRAM APPROVED; PRODUCTS LIST (APL), TAA APPROVED CAC READER; 1 EA, BDR-XD05B, PIONEER BDR-XD05B - BD-ROM DRIVE - USB 3.0; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 7 EA = $_________________ CLIN 0002: MOBILE EDITING SYSTEM DESCRIPTION: DEPLOYMENT EDITING KIT, MACBOOK PRO 15, AS CONFIGURED BELOW; EACH KIT IS COMPRISED OF THE ITEMS BELOW AND MUST BE DELIVERED AS A COMPLETE KIT (ALL ITEMS AT ONCE); 1 EA, Z0V1-2.9321TB560SG, MACBOOK PRO 15-INCH WITH TOUCH BAR - SPACE GRAY: APPLE 15.4-IN BOOK PRO WITH TOUCH BAR, 6-CORE INTEL CORE I9 2.9GHZ, 32GB RAM, 1TB SSD STORAGE, RADEON PRO 560X WITH 4GB OF GDDR5, 10-HOUR BATTERY LIFE, SPACE GRAY, MACOS MOJAVE; 1 EA, ACS03, APPLECARE PROTECTION PLAN FOR MACBOOK PRO (S6054LL/A) - TOTAL OF 3 YEARS OF CARRY IN HARDWARE WARRANTY, SYSTEM LEVEL TELEPHONE SUPPORT; 1 EA, GUD3C08, IOGEAR, USB-C TRAVEL POCKET DOCK WITH POWER DELIVERY 3.0, USB-CUSB 3.1 GEN 1 (DETACH), VGA1920 X 1080P AT 60HZ HDMI 1.4 COMPLIANT, RESOLUTION UP TO 4KX2K AT 30HZ, USB-A2X USB-A 3.0 (1 SUPPORT BC1.2 CHARGING) USB-C1X USB 3.1 SUPPORTS DATA AND POWER DELIVERY, 3.0 CARD READER; 1 EA, SCM-3500, TRUSTIN TECHNOLOGY SCR3500 SMART CARD READER (SCR3500) - FULL SPEED USB 2.0 (12.0 MBPS); CCID COMPLIANT; CERTIFIED BY NIST; LISTED ON THE GSA/NIST FIPS 201 EVALUATION PROGRAM APPROVED; PRODUCTS LIST (APL), TAA APPROVED CAC READER; 1 EA, BDR-XD05B, PIONEER BDR-XD05B - BD-ROM DRIVE - USB 3.0; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 79 EA = $________________ TOTAL PRICE FOR THIS QUOTE $__________________________ e. Delivery and acceptance will be made at location: FOB DESTINATION See ATTACHMENT FOR DELIVERY LOCATIONS AND QUANTITIES f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) FAR 52.225-5 Trade Agreements (NOV 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014) DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) DFARS 252.211-7003 Iten Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 Contract Contact Information DMC (JUN 2005) and 52.0100-4094 Marking Instructions for All Items to Include Drop Ship and Direct Shipment (JUN 2006) will be included. Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 15:00PM PACIFIC STANDARD TIME ON 31 JULY 2019 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ00289092071" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.t.casupang2.civ@mail.mil Phone: (951)413-2381 Secondary Point of Contact: Contracting Officer Point of Contact: Shanah L. Pendleton Contracting Officer Raushanah.l.pendleton.civ@mail.mil Phone: 951.413.2371 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »