70--iPads-Watch-USBP-Yuma
CANCELLATION NOTICE: Bids are being solicited under solicitation number 20111672-USBP-Yuma. This announcement constitutes the only solicitation; bids are being requested and a written solicitation wil... CANCELLATION NOTICE: Bids are being solicited under solicitation number 20111672-USBP-Yuma. This announcement constitutes the only solicitation; bids 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 www.UnisonMarketplace.com and reference Buy No. 979417_01. DHS FirstSource II Bids Only: Seller shall ONLY bid on this opportunity if they are able to provide commercially-available IT commodities, solutions, and value-added reseller (VAR) services per the requirements established in the Delivery Order solicitation. Seller shall adhere to all terms and conditions stated in their respective DHS FirstSource II IDIQ contract, AS WELL AS any additionally imposed through the Delivery Order solicitation - provided they do not contradict those executed by the former. Both the status of the Seller (i.e. its ability to conduct business with the Federal Government) and the status of the Seller’s IDIQ contract shall be in an ACTIVE state at the time a bid is submitted. This requirement is a [ Total HUB-Zone ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-06-26 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.. The DHS Customs and Border Protection (CBP) requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Apple iPad Pro (12.9") with Wifi + Cellular (Brand Name Only) - See Statement of Work for additional technical information, 10, EA; LI 002: Peripheral Items - Leather Smart Cover (10ea); Apple Pen - Stylus (10ea); and Apple Smart Keyboard (10ea) ((Brand Name Only for all items) - See Statement of Work for additional technical information, 1, AU; LI 003: Apple Watch, Series 4 ((Brand Name Only) - See Statement of Work for additional technical information, 1, 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 www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) 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 bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com.Sellers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Sellers that require special considerations or assistance may contact 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 www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.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. Q&A - Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 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 solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. Partial shipment/invoicing are/is permitted in the performance of this contracting instrument. Drop shipments are authorized in the performance of this contracting instrument. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. /// To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. /// The IPP website address is: https:// www.ipp.gov. /// Submitted invoice must be a complete and printable copy of the original invoice. /// As a minimum, the following information must be included: - Order number; - Description of services provided for a specified time period; - Unit price and total amount of each item; - Discount terms; - Company name, telephone number, taxpayer’s identification number; and - Complete mailing address to which payment will be mailed. /// Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. /// If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Unless otherwise noted, all items must be received by customer within 45 calendar days after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 45 - required to make full delivery after it receives a purchase order from the buyer. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. Quotations/Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any quotation/proposal that is evaluated to be significantly not compliant with the solicitation requirements, unrealistically high or low in price, or reflects a failure to comprehend the complexity and risks of the work to be performed. (a) 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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of quotations/proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: 1. TECHNICAL AND MANAGEMENT APPROACH (non-cost) Offeror shall provide Brand Name Only equipment per the stated technical specifications / requirements outlined within the Statement of Work (SOW). 2. PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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): https://www.acquisition.gov/browse/index/far 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. NOTE: The Offeror shall complete only paragraph (b) of 52.212-3 if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of the provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.202-1, 52.203-19, 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-17, 52.204-20, 52.204-22, 52.204-23, 52.207-4, 552.209-2, 2.209-6, 52.209-10, 52.209-11, 52.219-1, 52.219-13, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-20, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.223-22, 52.225-1, 52.225-2, 52.225-13, 52.225-20, 52.225-25, 52.232-1, 52.232-8, 52.232-33, 52.232-39, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.242-15, 52.243-1, 52.249-1, and 52.251-1. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »