7B--Portable Electronic Maintenance Aid (PEMA) Panasonic CF-33, P/N CF-ALEPEMA9R
Quotes are being solicited under solicitation number N6833522R0305. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The s... Quotes are being solicited under solicitation number N6833522R0305. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to https://marketplace.unisonglobal.com and reference Buy No. 1114196. NASA SEWP V Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP V contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP V contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP V contracts is available at http://www.sewp.nasa.gov. The Seller must include the SEWP Agency Handling Fee (AHF) in their line item pricing in accordance with SEWP guidelines. The Unison Marketplace Fee will be calculated based solely on the price of the goods included in the Seller's bid. The portion of the pricing (.39%) that corresponds with the SEWP AHF will be excluded from the Unison Marketplace Fee calculations. This requirement is unrestricted and only qualified sellers may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-08-30 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be JACKSONVILLE, FL 32221 The NAWC-AD Lakehurst requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Panasonic Solutions Ruggedized PEMA CF-33, Part Number CF-ALEPEMA9 BUNDLE which consists of Federal Specific, Win10 Pro, Intel Core i5-10310U 1.7GHz (4.4Ghz), vPro, 12.0" QHD Gloved Multi Touch+Digitizer, 16GB, 512GB OPAL SSD, Intel Wi-Fi 6, Bluetooth, Dual Pass (Ch1:none/Ch2:none), Infrared Webcam, 8MP Rear Camera, Insertable Smartcard, 2nd USB-A, Standard Batteries (2), TPM 2.0, Flat, Bundle, Premium Rubber Keyboard, CFSVCPDEP3Y - Toughbook & Toughpad Premier Deployment – Includes Imaging, Customer Portal Access, Multilocation Shipping and Disk Image Management At The Panasonic NSC (Years 1,2,3), FZ-SVC512SSD3YT (DOD) 512Gb SSD - Toughpad No Return Of Defective Drive (Years 1, 2, And 3), FZ-SVCTPNFDOD3Y - Protection Plus (DOD) Tablet Pc 3 Year (Years 1,2,3) Warranty, CFSVCBIOS1 - NSC Custom BIOS Post Sale Entitlement., CFSVCUIDTAG - UID Tag (Hardware Only) at NSC, CF -SVCFES20 – Field Engineering Support, CFSVCLOGO1K – Branding Badge, CF-SVCMACADNA - Panasonic Mac Address Collection During Premier Deployment Svc Performed at the NSC, 341, EA; LI 002: Panasonic Solutions Ruggedized PEMA CF-33, Part Number CF-ALEPEMA9R BUNDLE which consists of Federal Specific, Win10 Pro, Intel Core i5-10310U 1.7GHz (4.4Ghz), vPro, 12.0" QHD Gloved Multi Touch+Digitizer, 16GB, 512GB OPAL Removable SSD, Intel Wi-Fi 6, Bluetooth, Dual Pass (Ch1:none/Ch2:none), Infrared Webcam, 8MP Rear Camera, Insertable Smartcard, 2nd USB-A, Long-life Batteries (2), TPM 2.0, Flat, Bundle, Premium Rubber Keyboard, CFSVCPDEP3Y - Toughbook & Toughpad Premier Deployment – Includes Imaging, Customer Portal Access, Multilocation Shipping and Disk Image Management At The Panasonic NSC (Years 1,2,3), FZ-SVC512SSD3YT (DOD) 512Gb SSD - Toughpad No Return Of Defective Drive (Years 1, 2, And 3), FZ-SVCTPNFDOD3Y - Protection Plus (DOD) Tablet Pc 3 Year (Years 1,2,3) Warranty, CFSVCBIOS1 - NSC Custom BIOS Post Sale Entitlement., CFSVCUIDTAG - UID Tag (Hardware Only) at NSC, CF -SVCFES20 – Field Engineering Support, CFSVCLOGO1K – Branding Badge, CF-SVCMACADNA - Panasonic Mac Address Collection During Premier Deployment Svc Performed at the NSC, 62, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, contact Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be Free on Board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This is a limited source, brand name requirement limited to the Original Equipment Manufacturer's (OEM) authorized distributors of the required equipment. Each line item requires Bids are an exact match to the part number included in the description with NO SUBSTITUTIONS ALLOWABLE. Each CLIN requires that Bids are an Exact Match to the part number and QTY included in the description. See Attachment 1 - Brand Name Justification. Award SHALL be made to the LOWEST PRICE, TECHNICALLY ACCEPTABLE responsible offeror. Technical Acceptability shall be determined by the following: (1) The offeror holds a valid NASA SEWP V contract; (2) The Offeror or Subcontractor is an authorized distributor of the OEM, Panasonic, for the required equipment. The Government reserves the right to contact the OEM Panasonic to verify the Offeror's or Subcontractor's distributorship; AND (3) Offeror provides an exact match of the part number listed in the line items section of the solicitation. A quote must be found acceptable in ALL the areas listed above to be considered "Technically Acceptable" and eligible for award. The Offeror certifies that it has read and understands the attached terms and conditions. The Offeror takes no exception to the Terms and Conditions outlined in Attachment 2 - Contract Terms and Conditions. The resultant Delivery Order shall be in accordance with the existing Terms and Conditions of the Offeror's SEWP V contract and those listed with the Attachment 2 of this solicitation. Deliveries shall commence 45 days After Receipt of Order at a rate of 200 units per every 30 days until order is complete. Items shall be shipped to the following address: FRCSE ISSCSE 6201 CARGO HOLD AVE, ROOM 115, CECIL COMMERCE CENTER, Jacksonville, FL 32221-8112; ATTN: Bill Murray/Al Sprinkles; PHONE: 904-317-1781/1710. The CLIN Structure of the resulting Delivery Order will be broken out. Due to the nature of funding received from several customers for this order of CF-33 PEMAs, the CLIN structure will be broken out. P/N CF-ALEPEMA9 on CLIN 0001 will include a quantity of 4 in SLIN 0001AA, 16 in SLIN 0001AB, 64 in SLIN 0001AC, 8 in SLIN 0001AD, 3 in SLIN 0001AE, 5 in SLIN 0001AF, 181 in SLIN 0001AG, 48 in SLIN 0001AH, and 12 in SLIN 0001AI. P/N CF-ALEPEMA9R on CLIN 0002 will include a quantity of 30 in SLIN 0002AA, 8 in SLIN 0002AB, 20 in SLIN 0002AC, and 4 in SLIN 0002AD. Pricing shall reflect a total quantity of 403 PEMAs, as outlined in the LINE ITEM section of this solicitation. At the Delivery Order level, funding will be applied to at the SLIN level. The offeror certifies that it takes no exception to this required CLIN Structure. For questions regarding this solicitation please contact: Name: Mr. Stephen Winkler Title: Contract Specialist Email: stephen.m.winkler2.civ@us.navy.mil
Data sourced from SAM.gov.
View Official Posting »