70--FY19 BIA NIFC Laptop Replacements
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. The solic... 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. The solicitation number is 40433267 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is an [ Indian Small Business Economic Enterprises ] 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 2019-07-09 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Boise , ID 83705 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001: 2-in-1 Laptop SEE SPECIFICATIONS, 8, EA; LI 002: Laptops SEE SPECIFICATIONS, 7, EA; LI 003: GIS Laptop SEE SPECIFICATIONS, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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, Bureau of Indian Affairs 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers 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. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers require additional clarification, notify the point of contact or 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 requirement is a Small Business Buy Indian set-aside and only qualified offerors may submit bids. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. 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. NO partial quotes will be accepted and will not be considered. Award will be a single award all or none basis. Seller is responsible for submitting a correct and complete price that is inclusive of all costs to include shipping costs. Sellers are encouraged to submit their best offer before the close of the buy, and at a fair market price. Prices quoted for all the contract line item(s) shall be Firm-Fixed Price (FFP). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Failure to comply shall render vendor’s bid as non-responsive. Contractor must maintain an active and favorable registration for the life of the contract, and through final payment. Performance of this contract will require the contractor to submit electronic invoices for payment. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The IPP website address is: https://www.ipp.gov. 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; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This requirement is for the Bureau of Indian Affairs National Interagency Fire Center (BIA NIFC). All bids shall be submitted by an individual with the authority to bind their respective company. The Seller shall be responsible for monitoring the Unison website to ensure that they have the most up-to-date information about this acquisition. The Seller shall be responsible for downloading and reviewing attachments, meeting deadlines, and complying with the terms and conditions of the solicitation to include compliance with Buyer's Buy Terms, and compliance with the solicitation instructions. A Seller's failure to comply with these terms may result in its bid being determined to be non-responsive, and may lead to the rejection of the bid without further consideration. No telephone inquiries will be honored or accepted. The offeror is responsible for submitting all their questions regarding this solicitation in writing through Unison. By submitting a bid, the Seller will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your bid. The Government will not make assumptions concerning the Seller’s intent. The Contracting Office is not responsible for locating or obtaining any information not identified in the bid. The Government reserves the right to not make an award, if necessary. Additionally, the Contracting Officer is the only individual who can legally commit the Government to expend public funds in connection with this proposed acquisition. NAICS 334111. Small Business Size Standard: 1,250 employees Sellers shall submit any requested information or applicable attachments in accordance with the terms and conditions of the solicitation prior to the closing date and time of the buy. Seller acknowledges that the Contracting Office is not responsible for locating or obtaining any information not identified in the Seller's attachments. Seller acknowledges they are submitting (1) Spec Sheet (Detailed Specification Sheet of proposed item), (2) Literature (Descriptive/Product Literature), (3) Past Perf (Past Performance Questionnaire), (4) IEE Rep (IEE Representation), in addition to any other request for information. Seller confirms they are an authorized distributor/re-seller of the manufacturer's equipment in which a manufacturer's extended warranty is required. The BIA is required to use PIV cards to access computers. Seller confirms their proposed items have the following selections (features): **2-in-1 LAPTOPS: Display: 1920 x 1080 / PalmRest: Smart Card **LAPTOPS: Display: 13.3" FHD 1920 x 1080 / PalmRest: Smartcard / Warranty: 5 Years ProSupport Plus with Next Business Day Onsite Service / Configuration Services - Online Only - Standard: ProSupport Plus Client label without company name **GIS LAPTOP: Display: 1920 x 1080 / Hard Drive: M.2 512GB NVMe PCIe Class 40 SSD / Palmrest: Smartcard Reader 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. Deliveries will be accepted Monday through Friday (excluding Federal Holidays, and weekends) from 8:00 A.M. to 4:00 P.M. Mountain Time or local time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »