General Buy Information
Buy #: | 1120309 | |
---|---|---|
Solicitation #: | N0018922Q0539 | |
Buy Description: | APPLE IPADS | |
Category: | 7B -- IT AND TELECOM - COMPUTE | |
Sub Category: | 7B21 -- IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) | |
NAICS: | 334111 -- Electronic Computer Manufacturing | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | No Set-Aside Restriction | |
Buyer: | FLC - Norfolk | |
End Date: | 09/26/2022 | |
End Time: | 11:00 ET | |
Seller Question Deadline: | 9/23/2022 - 15:00 ET | |
Delivery: | Special Delivery Instructions - Other: Brand Name Justification |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s)
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Apple iPad Pro 12.9inch 128GB WiFi only tablets. See Brand Name Justification. - Screen size- 12.9 inch Memory- 128GB Color- Space grey Size and weight- l l .04W x 8.46L x .25D 1.5 pounds. In the box- iPad Pro, USB-C Charge Cable 1 meter, 20W USB-C Power Adapter - Display specs-Liquid Retina XDR display -12.9-inch diagonal mini-LED backlit Multi-Touch display with IPS technology -2D backlighting system with 2596 full-array local dimming zones -2732-by-2048-pixel resolution at 264 pixels per inch ppi -ProMotion technology Wide color display (P3) True Tone display Fingerprint-resistant oleophobic coating -Fully laminated display Anti reflective coating 1.8 percent reflectivity SDR brightness 600 nits max XDR brightness 1000 nits max full screen, 1600 nits peak HDR content only 1,000,000 to 1 contrast ratio - Chip specs Apple Ml chip 8-core CPU with 4 performance cores and 4 efficiency cores 8-core GPU 16-core Neural Engine 8GBRAM - Camera specs Pro camera system Wide and Ultra Wide cameras Wide 12MP, 1.8 aperture Ultra Wide lOMP, 2.4 aperture, and 125 field of view 2x optical zoom out Digital zoom up to 5x Five-element lens Wide and Ultra Wide Brighter True Tone flash Panorama up to 63MP Sapphire crystal lens cover Autofocus with Focus Pixels Wide SmartHDR3 Wide color capture for photos and Live Photos Lens correction Ultra Wide Advanced red-eye correction Photo geotagging Auto image stabilization Burst mode Image formats captured HEIF and JPEG Speakers Four audio speakers Microphones Five studio-quality microphones for calls, video recording, and audio recording Charging and expansion Thunderbolt- USB 4 port with support for Charging DisplayPort Thunderbolt 3 up to 40Gbs USB 4 up to 40Gbs USB 3.1 Gen 2 up to l0Gbs Display support Supports full native resolution on the built-in display at millions of colors Supports one external display with up to 6K resolution at 60Hz Supports full native resolution on the built-in display at millions of colors Supports one external display with up to 6K resolution at 60Hz Thunderbolt 3 digital video output Native DisplayPort output over USB-C VGA, HDMI, DVI, and Thunderbolt 2 output supported using adapters sold separately. Video mirroring Up to 4K AirPlay for mirroring, photos, and video out to Apple TV 2nd generation or later or AirPlay 2-enabled smart TV Video mirroring and video out support through USB-C Digital AV Multiport Adapter and USB-C VGA Multiport Adapter Native DisplayPort output over USB-C VGA, HDMI, DVI, and Thunderbolt 2 output supported using adapters sold separately. Power and battery- Built-in 40.88-watt-hour rechargeable lithium-pol. | 19 | EA |
Bidding Requirements
Instructions |
---|
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
|
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
|
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
|
There is no Set-Aside restriction for this Buy.
|
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.
|
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
The Buyer has provided special instructions for delivery – Other: Brand Name Justification.
|
Buy Terms
Name | Description |
---|---|
Miscellaneous | 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 |
NAICS | The NAICS code is ______ and the Small Business Standard is ___. |
FOB Destination | FAR 52.247-34, F.o.b. Destination applies |
Equipment Condition | New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. |
No partial bids allowed | No partial shipments are permitted unless specifically authorized at the time of award. |
Offer Period | Bid MUST be good for 30 calendar days after close of Buy. |
FAR Site | The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ |
52.204-7 | System for Award Management |
52.204-10 | 52.204-10 Reporting Subcontract Awards. |
52.209-2 | Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) |
52.209-10 | Prohibition on Contracting with Inverted Domestic Corporations (May 2012) |
52.212-2 | 52.212-2 Evaluation - Commercial Items. |
52.212-5 | 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items. |
52.219-28 | 52.219-28 Post-Award Small Business Program Rerepresentation. |
52.222-3 | 52.222-3 Convict Labor |
52.222-19 | 52.222-19 Child Labor--Cooperation with Authorities and Remedies |
52.222-21 | 52.222-21 Prohibition of Segregated Facilities |
52.222-26 | 52.222-26 Equal Opportunity |
52.222-35 | 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans |
52.222-36 | 52.222-36 Affirmative Action for Workers w/ Disabilities |
52.222-37 | 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. |
52.223-18 | 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) |
52.225-13 | 52.225-13 Restrictions on Certain Foreign Purchases. |
52.232-18 | 52.232-18 Availability of Funds |
252.203-7000 | Requirements Relating to Compensation of Former DOD Officials (Sep 2011) |
252.204-7003 | Control of Government Personnel Work Product (April 1992) |
252.209-7998 | Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) |
252.211-7003 | 252.211-7003 Item Identification & Valuation (AUG 2008) |
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 | -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. |
252.225-7001 | Buy American Act & Balance of Payments (Oct 2011) |
252.232-7003 | 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. |
252.247-7023 | 252.247-7023 Transportation of Supplies by Sea (MAY 2002) |
252.247-7023 (iv) Alt III | 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. |
Evaluation Criteria/Basis of Award | Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. |
52.204-2 Security Requirements | Security Requirements |
52.204-13 System for Award Management Maintenance | System for Award Management Maintenance |
52.204-16 Commercial and Government Entity Code Reporting | Commercial and Government Entity Code Reporting |
52.204-18 Commercial and Government Entity Code Maintenance | Commercial and Government Entity Code Maintenance |
52.204-22 Alternative Line Item Proposal | Alternative Line Item Proposal |
52.212-1 Instructions to Offerors--Commercial Products and Commercial Services | Instructions to Offerors--Commercial Products and Commercial Services |
52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services | Contract Terms and Conditions--Commercial Products and Commercial Services |
52.232-39 Unenforceability of Unauthorized Obligations | Unenforceability of Unauthorized Obligations |
252.203-7002 Requirement to Inform Employees of Whistleblower Rights | Requirement to Inform Employees of Whistleblower Rights |
252.204-7003 Control Of Government Personnel Work Product | Control Of Government Personnel Work Product |
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting | Safeguarding Covered Defense Information and Cyber Incident Reporting |
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support | Notice of Authorized Disclosure of Information for Litigation Support |
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Servi | Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Servi |
252.211-7003 Item Unique Identification and Valuation | Item Unique Identification and Valuation |
252.223-7008 Prohibition of Hexavalent Chromium | Prohibition of Hexavalent Chromium |
252.225-7048 Export-Controlled Items | Export-Controlled Items |
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports | Electronic Submission of Payment Requests and Receiving Reports |
252.232-7010 Levies on Contract Payments | Levies on Contract Payments |
252.244-7000 Subcontracts for Commercial Items | Subcontracts for Commercial Items |
252.246-7008 Sources of Electronic Parts | Sources of Electronic Parts |
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQU | Representation Regarding Certain Telecommunications and video surveillance |
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIA | CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAl |
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) | WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) |
AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER | Authorized Changes only by the Contracting Officer |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
Washington Navy Yard | DC | 20374 - 5054 |
Seller Attachment(s): Optional
The attachment(s) could include the following non-pricing information: |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | Statement_of_Work.docx | 26 KB | |
002 | Brand_Name_Justification.docx | 15 KB |