Federal Bid

Last Updated on 13 Jul 2012 at 9 AM
Combined Synopsis/Solicitation
Utah

Apple IPAD2 and IPODs

Solicitation ID W67K21-2145-0001
Posted Date 14 Jun 2012 at 7 PM
Archive Date 13 Jul 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7n3 Uspfo Activity Ut Arng
Agency Department Of Defense
Location Utah United states 12953
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation W67K21-2145-0001 is being issued as a Request for Quotation and all quotes will be evaluated as "ALL or NONE" for purpose of award using lowest cost technically acceptable evaluation method. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. Solicitation is an unrestricted procurement. North American Industry Classifications System Code (NAICS) is 423690 and the size standard is 100 employees.

SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following:

1. Apple IPAD2, 16GB, Part Number: PC769LL/A, Color: Black - 250 each
2. Apple IPOD Touch, 8GB, Part Number: PC540LL/A, Color: Black - 250 each

If proposing an equal to brand, include brochures and specifications with proposal.


APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract:

FAR 52.204-7 Central Contractor Registration;
FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;
FAR 52.211-6 Brand Name or Equal;
FAR 52.212-1 Instructions to Offerors - Commercial Items;
FAR 52.212-2 Evaluation - Commercial Items;
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I;
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;
FAR 52.222-3 Convict Labor;
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies;
FAR 52.222-21 Prohibition of Segregated Facilities;
FAR 52.222-26 Equal Opportunity;
FAR 52.222-36 Affirmative Action for Workers with Disabilities;
FAR 52.222-50 Combating Trafficking in Persons;
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving;
FAR 52.225-13 Restrictions on Certain Foreign Purchases;
FAR 52.232-33 Payment by Electronic Funds Transfer- Center Contractor Registration;
FAR 52.233-3 Protest After Award;
FAR 52.233-4 Applicable Law for Breach of Contract Claim;
FAR 52.252-2 Clauses Incorporated by Reference;
FAR 52.252-6 Authorized Deviations in Clauses;
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials;
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights;
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials;
DFARS 252.204-7004 Central Contractor Registration, Alternate A;
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items;
DFARS 252.232-7003 Electronic Submission of Payment Requests;
DFARS 252.247-7023 Transportation of Supplies by Sea ALT III;
DFARS 252.232-7010 Levies on Contract Payments.


NOTES:

1. The contract type for this procurement will be firm-fixed price.
2. Quotes will be evaluated as "All or None". Quotes that are not complete shall be considered "Nonresponsive". Award will be made to the Company that provides a technically acceptable complete workable system at the lowest price and best interest of the Government.
3. Provide Tax ID, Cage Code & DUNS
4. Payments will be processed through Wide Area Work Flow.


ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.bpn.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. In addition to the completion in ORCA, if the offeror is proposing items manufactured from other than the United States, they shall state the "Country of origin" with their offer.
Offers shall be received NLT 4:30 P.M. MST on June 20, 2011. Offers may be sent via e-mail to Diane Johnson at [email protected]. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.

Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Aug 2011 at 5 PM
Fort eustis Virginia 24 Sep 2012 at 2 PM
Fort eustis Virginia 24 Sep 2012 at 2 PM
Fort eustis Virginia 24 Sep 2012 at 2 PM
Fort eustis Virginia 21 Sep 2012 at 8 PM

Similar Opportunities

Baltimore Maryland 11 Jul 2025 at 9 PM
Location Unknown 11 Jul 2025 at 9 PM
Clinton Mississippi 11 Jul 2025 at 7 PM
Clinton Mississippi 11 Jul 2025 at 8 PM
Clinton Mississippi 11 Jul 2025 at 7 PM