Federal Bid

Last Updated on 04 Nov 2014 at 10 AM
Combined Synopsis/Solicitation
Norfolk Virginia

70--Ruggedized / Semi-Ruggedized Laptops

Solicitation ID N2014-002
Posted Date 01 May 2014 at 7 PM
Archive Date 04 Nov 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
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 N2014-002 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 FAC 2005-73. 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 unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-05-08 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Norfolk, VA 23511

The FLC - Norfolk requires the following items, Meet or Exceed, to the following:
LI 001: The laptops have to meet or exceed the following minimum technical specifications: - Ruggedized/Semi-Ruggedized - 3rd gen IntelR Core i7-3540M Processor (3.0GHz, 4M cache) - LCD 14.0" HD (1366x768) Outdoor Viewable Anti-Glare WLED-backlit - Windows 7 Professional, No Media, 64-bit, English - Microsoft Office Professional 2013 installed - Google Earth - McAfee 36 Month Subscription - Smart Card Reader - 6.0GB, DDR3-1600MHz SDRAM, 2 DIMMS - 180GB Mobility Solid State Drive (minimum requirement) - Minimum 8X DVD+/-RW - NVIDIA NVS 5200M (GDDR5 1GB) Discrete Graphic with Optimus - 9-cell (97WH) Primary Lithium Ion Battery, (3.0Ah) with the capability to rapidly charge the battery 90W A/C adapter - Internal English Dual Pointing Keyboard - Wireless Bluetooth Module - Light Sensitive Webcam and Noise Cancelling Digital Microphone - System Recovery Resource DVD - Contains Drivers and Media for Windows 7 Professional, 64bit - Energy Star 5.2 Enabled / E-PEAT - Internal Modem - 3 Year Basic Hardware Service with 3 Year NBD Onsite Service after Remote Diagnosis - Intel Rapid Start Technology and Smart Connect ***Note - All questions received by or on Tuesday, May 6, 2014 at 1400 (2 pm EST) will be answered. All questions received later than Tuesday, May 6, 2014 at 1400 (2 pm EST) will not be answered., 16, 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.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm

The NAICS code is 334111 and the Small Business Standard is 1000 employees.

FAR 52.247-34, F.o.b. Destination applies

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments are permitted unless specifically authorized at the time of award.

Bid MUST be good for 30 calendar days after close of Buy.

FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items.

52.204-10 Reporting Subcontract Awards.

52.219-28 Post-Award Small Business Program Rerepresentation.

52.222-3 Convict Labor

52.222-19 Child Labor--Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Affirmative Action for Workers w/ Disabilities

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13 Restrictions on Certain Foreign Purchases.

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

-252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.

Control of Government Personnel Work Product (April 1992)

Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

System for Award Management

252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.

System for Award Management Maintenance

Instructions to Offerors-- Commercial Items

Energy Efficiency in Energy-Consuming Products

IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products

System for Award Management

Safeguarding of Unclassified Controlled Technical Information

Prohibition of Hexavalent Chromium

Levies on Contract Payments

Notice of Supply Chain Risk

Supply Chain Risk

Subcontracts for Commercial Items

Bid Protests Not Available

Similar Past Bids

Panama city beach Florida 30 Apr 2014 at 11 PM
Menlo park California 29 Jun 2011 at 5 PM
Charleston South carolina 17 Dec 2014 at 12 PM
Patuxent river Maryland 25 Jul 2019 at 1 PM
Newport Rhode island 20 Aug 2014 at 1 PM

Similar Opportunities

Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Gwinn Michigan 21 Jul 2025 at 4 PM