70--IT CHROMEBOOK COMPUTER LAPTOPS

expired opportunity(Expired)
From: Federal Government(Federal)
140A2320Q0276

Basic Details

started - 02 Jul, 2020 (about 3 years ago)

Start Date

02 Jul, 2020 (about 3 years ago)
due - 07 Jul, 2020 (about 3 years ago)

Due Date

07 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
140A2320Q0276

Identifier

140A2320Q0276
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64040)BUREAU OF INDIAN AFFAIRS (10016)INDIAN EDUCATION ACQUISITION OFFICE (4681)
[object Object]

SetAside

ISBEE(Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior))
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.

Amend: 0001 for RFQ 140A2320Q0276 Purpose if to change set aside to 100% Small Business Set-aside and extend response date 7/7/2020 @1000 CT. THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 14.80.201. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE, Sherman Indian School, 9010 Magnolia Ave, Riverside, CA, 92503. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2005-101. This acquisition is set aside 100% Indian Small Business Economic Enterprise (ISBEE). In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is _334111_________. DESCRIPTION: Contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision and incidentals necessary to deliver chrome books IN ACCORDANCE WITH (IAW) the below Statement of Work (SOW). LN Product No. Description ChromeBooks 1 Chrome Book Computer Laptops 400 EACH ChromeBooks Sub-Total $ _____________ ChromeBooks Delivery $____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ STATEMENT OF WORK CHROME BOOKS SHERMAN INDIAN HIGH SCHOOL SCOPE DESCRIPTION ¿The Sherman Indian High School campus requires Dell ChromeBooks 400 EACH for continuous learning. Assigned students learning ability has been greatly impacted due to Due to COVID 19. The delivery of the requested Chrome books will assist in distant and continuous learning for the assigned students and faculty members. CHROME BOOK REOUIREMENTS General Requirements: 1. DELL CHROMEBOOK 3100. 2-IN ¿ 1 2. 4 GB 2400MHz LPDDR4 Non-ECC 370-ADZI 3. SINGLE POINTING NON BACKLIT KEYBOARD ENGLISH 580-AGQZ 4. 32GB eMMC HARD DRIVE 40-AWCZ 5. INTEL(R) CELERON (TM ) N4000 (DUAL CORE, UP TO 2.6GHz, 4M CACHE, 6W) 329-BEBM 6. INTEL (R) DUAL BAND WIRELESS AC 9560 (802.11ac) 2X2 + BLUETOOTH 5.0 555-BEVK 7. DELL LIMITED HARDWARE WARRANTY INITIAL YEAR 823-5385 8. MAIL IN SERVCIE AFTER REMOTE DIAGNOSIS, 1 YEAR 823-5386 9. 3 CELL 42WHR BATTERY 451-BCNK 10. PALMREST WITH WORLD FACING CAMERA 346-BEVK 11. TOUCH LCD COVER 320-BCUB 12. 11.6¿ HD WVA 16:9 (1366 X 768) TOUCH WITH CORNING (R) GORILLA (R) GLASS NBT, CAMERA & MICROPHONE 3914-BDYD. 13. INTERNAL ENGLISH KEYBOARD 580-AHSS 14. 65W AC ADAPTER (TYPE-C) END OF STATEMENT OF WORK (SOW) Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation ¿ Commercial Items(Oct 2014), FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (June 2020); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52-222-41 Service Contract Labor Standards; FAR 52.222-42- Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable.

1011 INDIAN SCHOOL RD. SUITE 352I  Albuquerque , NM 87104  USALocation

Place Of Performance : 1011 INDIAN SCHOOL RD. SUITE 352I Albuquerque , NM 87104 USA

Country : United StatesState : New Mexico

You may also like

CHROMEBOOK LAPTOPS FOR OCC HIGH SCHOOL SENIOR INTERNSHIP PROGRAM

Due: 23 Apr, 2024 (in 3 days)Agency: OFFICE OF THE COMPTROLLER OF THE CURRENCY

LAPTOPS FOR HR ESP CONTRACTOR SUPPORT

Due: 06 Mar, 2025 (in 10 months)Agency: US GEOLOGICAL SURVEY

Computer Equipment

Due: 01 May, 2024 (in 10 days)Agency: City of Oshawa

Please Sign In to see more like these.

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

Classification

naicsCode 334111Electronic Computer Manufacturing
pscCode 70