COMPUTER,LAPTOP

expired opportunity(Expired)
From: Federal Government(Federal)
SPRMM121QYE30

Basic Details

started - 17 Jun, 2021 (about 2 years ago)

Start Date

17 Jun, 2021 (about 2 years ago)
due - 08 Jul, 2021 (about 2 years ago)

Due Date

08 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
SPRMM121QYE30

Identifier

SPRMM121QYE30
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708022)DEFENSE LOGISTICS AGENCY (DLA) (282558)DLA MARITIME (103498)DLA MARITIME MECHANICSBURG (4256)SPRMM1 DLA MECHANICSBURG (4256)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMMERCIAL ITEM PROCUREMENT NOTICE - SOLICITATION|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|||TBD|||||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL ITEMS (FEB 2021))|97|||||||||||||||||||||||||||||||||||||X||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2021)|3|||| SMALL BUSINESS PROGRAM REPRESENTATIONS (NOV 2020)|4||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION--COMMERCIAL ITEMS (OCT 2014)|4||||| PLEASE MAKE NOTE OF REQUIRED PACKING FOR THIS SOLICITATION WHEN SUBMITTING A QUOTE. ENSURE THAT REQUIRED PACKING IS INCLUDED IN ACCORDANCE TO SOLICITATION IN
QUOTE. THE PART NUMBER LISTED IS TO USE AS AN EXAMPLE. PLEASE NOTE ONLY THE REUIREMENTS LISTED IN THE TDP ARE REQUIRED. THIS IS A SECTION 508 COMPLIANT REQUIREMENT PLEASE BE ABLE TO SUBMIT ALL REQUIRED INFORMATION WITH QUOTES AND REQUESTED. Any questions regarding this solicitation should be submitted in writing to theContract Specialist, Alex Dodds Alex.Dodds@dla.mil All quotations must be valid for 60 days starting from the closing of thesolicitation date. See Section H for traceability remarks. Please provide alternate quantities or price breaks if savings are offered at different points. For Example: 1-5:__________ 6-10:_________ 10+:__________ Or Other:______ Offerors must be registered in the System for Award Management (SAM). Noawards will be made to offerors not registered. Registration can beaccomplished through the following web link: http://www.sam.gov All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to this procurement are consideredto be "issued" by the government when copies are either deposited in the mail,transmitted by fax, or sent by other electronic commerce methods, such asemail. The government's acceptance of the contractor's proposal constitutes bilateralagreement to "issue" contractual documents as detailed herein. When submitting quotes via EDI, make sure you specify any exceptions (i.e. milspecs/standards, packaging, I&A, packaging houses, etc.) or follow up with ahardcopy of the exceptions. If nothing is indicated or received, award will bebased upon solicitation requirements. Changes or requests for changes afteraward will have consideration costs deducted from unit price If supplies will be packaged at a location different from the offeror address, the offeror shall provide the name, street address, and cage code of thepackaging facility If you are not the manufacturer of the material you are offering, you muststate who the manufacturer is (name & cage code) and be able to providetraceability information if requested Delivery days ____ adc Please provide email address for follow up communications __________________. 1. It is recommended that vendors provide contact information to NAVSUP WSSMechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts / modifications are issued by DLAMaritime Mechanicsburg and posted on EDA. To receive these notifications,contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract SupportDivision viaemail at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include the followinginformation with your request: CAGE code, company name and address and POCwith phone number and email address. 2. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at theProcurement Integrated Enterprise Environments web site. It is recommendedthat contractors register for EDA and Wide Area Work Flow at:https://wawf.eb.mil/piee-landing/. Click on New User and Registration. Buyers shall include the NIST language in all solicitations above the micro-purchase threshold (MPT) regarding cyber security requirements in DFARS252.204-7012, except for Commercial-Off-the-Shelf (COTS) items. The Department of Defense (DoD) has issued an interim rule (2019-D041),effective November 30, 2020, related to the cyber security requirements inDFARS 252.204-7012. The purpose of this new rule is to assess thecybersecurity protections each individual contractor has in place and includesthe implementation of a DoD NIST SP 800-171 Assessment Methodology. The offeror, by submission of its quotation, represents the following, if DFARSclause 252.204-7012, Safeguarding Covered Defense Information and CyberIncident Reporting, applies - (1) in accordance with DFARS provision 252.204-7019, it has implemented the NIST SP 800-171 security requirements forits information systems; and (2) its summary level scores are posted in the supplier performance risk system(SPRS) (https://www.sprs.csd.disa.mil/) in accordance with paragraph (d) ofDFARS clause 252.204-7020, NIST SP 800-171 DoD assessment requirements. Failure to comply may result in being unable to award to the offeror. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COMPUTER,LAPTOP . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The COMPUTER,LAPTOP furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;3F450 CF-1966YZXLM; 3.2 Design, Manufacture, and Performance - Except as modified herein, the COMPUTER,LAPTOP furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;The product must meet the following commercial requirements: MODEL- PANASONIC TOUGHBOOK 19 O/S- WINDOWS 7 PROCESSOR- INTEL CORE I5-3320M 2.60GHZ DISPLAY- VPRO 10.1" XGA DUAL TOUCH MEMORY- L3 CACHE,3MB INSTALLED/ 4GB DDR3 SDRAM 500GB HARD DRIVE(7200 RPM) Note 1: ALL ADJUSTMENTS ARE DONE WITH A PC THROUGH A RS232 SERIAL PORT AND THE LOGICAL EXPLOITATION ENGINE CONTROLLER (LEEC) SOFTWARE, USING WINDOWS 3.11,95,98,NT, AND XP. COMPUTER REQUIRES 32 OR 64 BIT WITH RS232 TO USB CONNECTION. ADAPTER SHIPS WITH MICROSOFT CERTIFIED DRIVERS AND OPTIMIZED FOR 32 AND 64 BIT,WINDOWS XP, VISTA, AND 7. Note 2: LEEC LITE SOFTWARE IS NON PROCURABLE PROVIDED BY FME TO ALL STUDENTS AND CHIEF ENGINEERS FOR SHIPS. REPLACEMENT COMPUTER MUST BE SET UP TO RUN IN AN XP VIRTUAL MODE. LEEC ONLY WORKS ON WINDOWS XP, OR A MORE MODERN OPERATING SYSTEM RUNNING AN XP VIRTUAL MACHINE. COMPUTERS MUST MEET THE STANDARDS OF A RUGGED OR RUGGEDIZED COMPUTER. SPECIFICALLY: DESIGNED TO OPREATE RELIABLY IN HARSH USAGE ENVIORNMENT CONDITIONS, SUCH AS STRONG VIBRATIONS, EXTREME TEMPERATURE, AND WET OR DUSTY CONDITIONS.; cage ;The product must meet the following commercial requirements: MODEL- PANASONIC TOUGHBOOK 19 O/S- WINDOWS 7 PROCESSOR- INTEL CORE I5-3320M 2.60GHZ DISPLAY- VPRO 10.1" XGA DUAL TOUCH MEMORY- L3 CACHE,3MB INSTALLED/ 4GB DDR3 SDRAM 500GB HARD DRIVE(7200 RPM) Note 1: ALL ADJUSTMENTS ARE DONE WITH A PC THROUGH A RS232 SERIAL PORT AND THE LOGICAL EXPLOITATION ENGINE CONTROLLER (LEEC) SOFTWARE, USING WINDOWS 3.11,95,98,NT, AND XP. COMPUTER REQUIRES 32 OR 64 BIT WITH RS232 TO USB CONNECTION. ADAPTER SHIPS WITH MICROSOFT CERTIFIED DRIVERS AND OPTIMIZED FOR 32 AND 64 BIT,WINDOWS XP, VISTA, AND 7. Note 2: LEEC LITE SOFTWARE IS NON PROCURABLE PROVIDED BY FME TO ALL STUDENTS AND CHIEF ENGINEERS FOR SHIPS. REPLACEMENT COMPUTER MUST BE SET UP TO RUN IN AN XP VIRTUAL MODE. LEEC ONLY WORKS ON WINDOWS XP, OR A MORE MODERN OPERATING SYSTEM RUNNING AN XP VIRTUAL MACHINE. COMPUTERS MUST MEET THE STANDARDS OF A RUGGED OR RUGGEDIZED COMPUTER. SPECIFICALLY: DESIGNED TO OPREATE RELIABLY IN HARSH USAGE ENVIORNMENT CONDITIONS, SUCH AS STRONG VIBRATIONS, EXTREME TEMPERATURE, AND WET OR DUSTY CONDITIONS.; . 3.3 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.4 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. Design drawings are not required, if the manufacturer or vendor can prove that the requirements of the Technical Data Package have been met. Subtitution of brand name, needs to be submitted to NAVSUPWSS Technical via contracting officer, in the form of a specification manual or report. Do not send computer for review.

DLR PROCUREMENT OPS DSCC-ZI  COC W5 P. O. BOX 2020, 5450 CARLISLE PIKE  MECHANICSBURG , PA 17055-0788  USALocation

Place Of Performance : DLR PROCUREMENT OPS DSCC-ZI COC W5 P. O. BOX 2020, 5450 CARLISLE PIKE MECHANICSBURG , PA 17055-0788 USA

Country : United StatesState : Nebraska

You may also like

IT LAPTOP COMPUTERS

Due: 30 Apr, 2024 (in 5 days)Agency: OCCUPATIONAL SAFETY AND HEALTH REVIEW COMMISSION

Classification

naicsCode 333999
pscCode 99MISCELLANEOUS