View Other Versions: 1026630
General Buy Information
Buy #: | 1026630_01 | |
---|---|---|
Solicitation #: | 1019021778_01 | |
Buy Description: | FY20 GITM SimplyNUC FanlessBlueBo | |
Category: | 70 -- Information Technology (ADP) Equipment (Including Firmware), Software, Supplies and Support Equipment | |
Sub Category: | 7010 -- IT System Configuration | |
NAICS: | 334118 -- Computer Terminal and Other Computer Peripheral Equipment Manufacturing | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | Small Business | |
Buyer: | Department of State | |
End Date: | 06/04/2020 | |
End Time: | 11:00 ET | |
Seller Question Deadline: | No Seller Question Deadline Set | |
Delivery: | 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver) | |
Repost Reason: |
No Repost Reason provided.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason. |
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 | Part Number 770-0030-000; HID, USB Keyboard and Mouse (Black)- Line Item Comment | 1000 | EA |
002 | Part Number 91F-VSH4-A31 NUC7i3DNFE, NUC 7 i3-7100U Fanless, 16GB DDR4 Mem, 512GB SATA M.2 SSD, Windows 10 Pro, Audio+USB I/O Plate | 1000 | EA |
003 | Shipping | 1 | EA |
Bidding Requirements
Instructions |
---|
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.
|
Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.
|
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.
|
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
|
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.
|
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
|
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.)
|
Buy Terms
Name | Description |
---|---|
Supplemental Bid Information | In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. |
Contractor Registration | This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. |
Bids Must Be Valid for 30 Days | All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. |
Equipment Requirement | New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. |
Shipping Condition | All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. |
Government Wide Acquisition Contract (GWAC) | Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc. |
Manufacturer Authorized Reseller/Distributor | To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award. |
VCES BAA/TAA Waiver Requirement | Offerors must identify each line item being offered on a bid as Buy American Act (BAA) or Trade Agreements Act (TAA)-compliant or request a waiver on solicitations against VCES. All items that are not TAA or BAA compliant must be approved by a DOS Contracting Officer before award can be issued”. Reference FAR clause 52.225-5, Trade Agreements. |
652.206-70 Advocate for Competition/Ombudsman | (a) The Department of State's Advocate for Competition is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged first to contact the contracting officer for the solicitation. If concerns remain unresolved, contact: |
652.225-70 Arab League Boycott of Israel | (a) Definitions. As used in this provision: “Foreign person” means any person other than a United States person as defined below. “United States person” means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (End of provision) |
Section 8(a) of the Export Administration Act of 1979, As Amended (a) | SECTION 8(A) OF THE EXPORT ADMINISTRATION ACT OF 1979, AS AMENDED (AUG 1999) (a) Section 8(a) of the U.S. Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)), prohibits compliance by U.S. persons with any boycott fostered by a foreign country against a country which is friendly to the United States and which is not itself the object of any form of boycott pursuant to United States law or regulation. The Boycott of Israel by Arab League countries is such a boycott, and therefore, the following actions, if taken with intent to comply with, further, or support the Arab League Boycott of Israel, are prohibited activities under the Export Administration Act: (1) Refusing, or requiring any U.S. person to refuse to do business with or in Israel, with any Israeli concern, or with any national or resident of Israel, or with any other person, pursuant to an agreement of, or a request from or on behalf of a boycotting country; (2) Refusing, or requiring any U.S. person to refuse to employ or otherwise discriminating against any person on the basis of race, religion, sex, or national origin of that person or of any owner, officer, director, or employee of such person; (3) Furnishing information with respect to the race, religion, or national origin of any U.S. person or of any owner, officer, director, or employee of such U.S. person; (4) Furnishing information about whether any person has, has had, or proposes to have any business relationship (including a relationship by way of sale, purchase, legal or commercial representation, shipping or other transport, insurance, investment, or supply) with or in the State of Israel, with any business concern organized under the laws of the State of Israel, with any Israeli national or resident, or with any person which is known or believed to be restricted from having any business relationship with or in Israel; (5) Furnishing information about whether any person is a member of, has made contributions to, or is otherwise associated with or involved in the activities of any charitable or fraternal organization which supports the State of Israel; and, (6) Paying, honoring, confirming, or otherwise implementing letter of credit which contains any condition or requirement against doing business with the State of Israel. |
Section 8(a) of the Export Administration Act of 1979, As Amended (b) | (b) Under Section 8(a), the following types of activities are not forbidden “compliance with the boycott”, and are therefore exempted from Section 8(a)’s prohibitions listed in paragraphs (a)(1) through (6) above: (1) Complying or agreeing to comply with requirements: (i) Prohibiting the import of goods or services from Israel or goods produced or services provided by any business concern organized under the laws of Israel or by nationals or residents of Israel; or, (ii) Prohibiting the shipment of goods to Israel on a carrier of Israel, or by a route other than that prescribed by the boycotting country or the recipient of the shipment; (2) Complying or agreeing to comply with import and shipping document requirements with respect to the country of origin, the name of the carrier and route of shipment, the name of the supplier of the shipment or the name of the provider of other services, except that no information knowingly furnished or conveyed in response to such requirements may be stated in negative, blacklisting, or similar exclusionary terms, other than with respect to carriers or route of shipments as may be permitted by such regulations in order to comply with precautionary requirements protecting against war risks and confiscation; (3) Complying or agreeing to comply in the normal course of business with the unilateral and specific selection by a boycotting country, or national or resident thereof, of carriers, insurance, suppliers of services to be performed within the boycotting country or specific goods which, in the normal course of business, are identifiable by source when imported into the boycotting country; (4) Complying or agreeing to comply with the export requirements of the boycotting country relating to shipments or transshipments of exports to Israel, to any business concern of or organized under the laws of Israel, or to any national or resident of Israel; (5) Compliance by an individual or agreement by an individual to comply with the immigration or passport requirements of any country with respect to such individual or any member of such individual’s family or with requests for information regarding requirements of employment of such individual within the boycotting country; and, (6) Compliance by a U.S. person resident in a foreign country or agreement by such person to comply with the laws of that country with respect to his or her activities exclusively therein, and such regulations may contain exceptions for such resident complying with the laws or regulations of that foreign country governing imports into such country of trademarked, trade named, or similarly specifically identifiable products, or components of products for his or her own use, including the performance of contractual services within that country, as may be defined by such regulations. (End of clause) |
652.239-70 Information Technology Security Plan and Accreditation | All offers/bids submitted in response to this solicitation must address the approach for completing the security plan and certification and accreditation requirements as required by the clause at 652.239-71, Security Requirements for Unclassified Information Technology Resources. (End of provision) |
652.239-71 Security Requirements for Unclassified Information Technology Resources (part 1) | (a) General. The Contractor shall be responsible for information technology (IT) security, based on Department of State (DOS) risk assessments, for all systems connected to a Department of State (DOS) network or operated by the Contractor for DOS, regardless of location. This clause is applicable to all or any part of the contract that includes information technology resources or services in which the Contractor has physical or electronic access to DOS's information that directly supports the mission of DOS. The term “information technology”, as used in this clause, means any equipment, including telecommunications equipment, that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information. This includes both major applications and general support systems as defined by OMB Circular A-130. Examples of tasks that require security provisions include: (1) Hosting of DOS e-Government sites or other IT operations; (2) Acquisition, transmission or analysis of data owned by DOS with significant replacement cost should the Contractor's copy be corrupted; and (3) Access to DOS general support systems/major applications at a level beyond that granted the general public; e.g., bypassing a firewall. (b) IT Security Plan. The Contractor shall develop, provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. The plan shall describe those parts of the contract to which this clause applies. The Contractor's IT Security Plan shall comply with applicable Federal laws that include, but are not limited to, 40 U.S.C. 11331, the Federal Information Security Management Act (FISMA) of 2002, and the E-Government Act of 2002. The plan shall meet IT security requirements in accordance with Federal and DOS policies and procedures, as they may be amended from time to time during the term of this contract that include, but are not limited to: (1) OMB Circular A-130, Management of Federal Information Resources, Appendix III, Security of Federal Automated Information Resources; (2) National Institute of Standards and Technology (NIST) Guidelines (see NIST Special Publication 800-37, Guide for the Security Certification and Accreditation of Federal Information Technology Systems (http://csrc.nist.gov/publications/nistpubs/800-37/SP800-37-final.pdf)); and (3) Department of State information security sections of the Foreign Affairs Manual (FAM) and Foreign Affairs Handbook (FAH) (http://foia.state.gov/Regs/Search.asp), specifically: (i) 12 FAM 230, Personnel Security; (ii) 12 FAM 500, Information Security (sections 540, 570, and 590); (iii) 12 FAM 600, Information Security Technology (section 620, and portions of 650); (iv) 5 FAM 1060, Information Assurance Management; and (v) 5 FAH 11, Information Assurance Handbook. |
652.239-71 Security Requirements for Unclassified Information Technology Resources (part 2) | (c) Submittal of IT Security Plan. Within 30 days after contract award, the Contractor shall submit the IT Security Plan to the Contracting Officer and Contracting Officer's Representative (COR) for acceptance. This plan shall be consistent with and further detail the approach contained in the contractor's proposal or sealed bid that resulted in the award of this contract and in compliance with the requirements stated in this clause. The plan, as accepted by the Contracting Officer and COR, shall be incorporated into the contract as a compliance document. The Contractor shall comply with the accepted plan. (d) Accreditation. Within six (6) months after contract award, the Contractor shall submit written proof of IT security accreditation for acceptance by the Contracting Officer. Such written proof may be furnished either by the Contractor or by a third party. Accreditation must be in accordance with NIST Special Publication 800-37. This accreditation will include a final security plan, risk assessment, security test and evaluation, and disaster recovery plan/continuity of operations plan. This accreditation, when accepted by the Contracting Officer, shall be incorporated into the contract as a compliance document, and shall include a final security plan, a risk assessment, security test and evaluation, and disaster recovery/continuity of operations plan. The Contractor shall comply with the accepted accreditation documentation. (e) Annual verification. On an annual basis, the Contractor shall submit verification to the Contracting Officer that the IT Security Plan remains valid. (f) Warning notices. The Contractor shall ensure that the following banners are displayed on all DOS systems (both public and private) operated by the Contractor prior to allowing anyone access to the system |
Option for Increased Quantity | The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. To support the COVID response, the Government may increase the total quantity of supplies by up to fifty (50) percent for CLINS 001. The Contracting Officer may exercise the option by written notice to the Contractor within six (6) months of the date of award. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. |
LPTA Source Selection Process | The Government will make award under this RFQ on a Lowest Priced, Technically Acceptable Basis (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Earned Value, ability to deliver within stated time constraints and Price. Technical Factors, when combined, are less important than price. |
SHIPPING/DELIVERY: | 1. GITM receiving hours are 8:00 AM – 11 AM and 1 PM – 3 PM Eastern Standard Time, Monday thru Friday. 2. Vendor must contact (prior to shipping) the GITM Warehouse Staff at least 24 hours in advance at 571-317-6888 / castillocp2@state.gov or GITMReceiving@state.gov to schedule a Dock Appointment. 3. Shipments received without a Dock Appointment may be refused at the Vendor's risk and expense. Shipping Address: Dyncorp International 7001 Newington Rd., Suite 200 Lorton, VA 22079 |
DELIVERY SCHEDULE: | 1. Delivery in full required no more than 90 calendar days ARO. 2. Drop shipments/shipments direct from distribution centers are not authorized without prior written approval of the Contracting Officer and the GITM Program. 3. Partial deliveries are not authorized without prior written approval of the Contracting Officer and the GITM Program. 4. Deviations from delivery schedule detailed in line items are not authorized without prior written approval of the Contracting Officer and the GITM Program. |
PALLET RESTRICTIONS: | 1. Palletized item height may not exceed 62-Inches. 2. Wrapped pallet dimensions not to exceed 40x48x62-Inches. 3. Pallets must be wood with standard 3-stringer construction and 4-way entry. 4. Pallet size should be 40x48-Inches with 48-Inches being the stringer length. 5. Pallets may not be double stacked in the truck. 6. All pallets must be marked with Government Requisition/Reference Number (1019######) found in Block 4 of DoS Form 347: Order for Supplies and Services. |
MARKING: | 1. Every pallet, container, or stand alone box/package (not the individual items located in them), shall be clearly marked with the following (all “Block” references are to DoS Form 347: Order for Supplies and Services): (a) Government Order Number (19AQMM######) found in Block 3. (b) Government Requisition/Reference Number (19AQMM######) found in Block 4. (c) Consignee address as shown in Block 6. (d) Name and address of the Contractor in Block 7. (e) OEM part number in human readable and bar code form. (f) OEM serial number (if applicable) in human readable and bar code form. (g) CLIN (if applicable). For example, a shrink wrapped pallet with 24 boxes on it will have one label with items (a) – (g) on the label with the label being placed in a clearly visibile secured location. 2. Every box/package containing one or more items within the box/package must include the following information for each item contained therein: (a) Quantity of items. (b) OEM part number in human readable and bar code form. (c) OEM serial number (if applicable) in human readable and bar code form. (d) CLIN (if applicable) For example, a box with 12 smaller boxes within it, each of the 12 smaller boxes will have a label with items (a) – (g) on it with the label being placed in a clearly visibile secured location on the outside of each smaller box. 3. If the equipment is modified from its original manufactured state, a new Part Number must be assigned, marked, and Bar-Coded on the container. 4. If the equipment is modified, the original OEM Part Number and Bar-Code may not be obscured or removed. 5. If a new Serial Number is assigned, it must be marked and Bar-Coded on the container as above. 6. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. |
PACKING LIST: | 1. An electronic copy of the packing list detailing Vendor, Government Order Number (19AQMM######), Government Requisition/Reference Number (19AQMM######), quantity delivered, CLIN (if applicable), OEM part number, and OEM serial (if applicable) shall be emailed to the Purchase Support Manager at GITMProcurement@state.gov at least one (1) business day prior to delivery. 2. A Packing List shall accompany each shipment, shall be attached to the outside (not inside) of an outermost box or container, and shall include the following information: (a) Name and address of Consignor. (b) Name and address of Consignee. (c) Government Order Number (19AQMM######) found in Block 3 of DoS Form 347: Order for Supplies and Services. (d) Government Requisition/Reference Number (19AQMM######) found in Block 4 of DoS Form 347: Order for Supplies and Services. U.S. Department of State Page 3 of 5 Version 2.7, Effective Date: 2/2/18 BUY-04-013 – GITM Comments And Procedure Guidelines Memo RFC14-024 Approved By: GCCB Authorized policies, procedures, and forms are published online only. Verify any copy against the online system before use. Printed copies of this document are uncontrolled and are subject to change without notice. (e) Description of each item shipped as contained within boxes or containers, including CLIN (if applicable), OEM part number, OEM serial number (if applicable), item number (if the equipment is modified from its original manufactured state), quantity delivered, number of containers, and package number (if applicable). (f) If multiple order line items have been assembled into a major component, packing list must show information from item (e) above for each individual order item within the major component. (g) Pallet count and box count. |
NO SUBSTITUTIONS: | 1. The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. 2. No other individual is authorized to change Part Numbers, manufacturers, quantities, delivery dates or any other specifications of this award either verbally or in writing. 3. Items, including configuration components and arrangement, that do not conform to the Descriptions and Part Numbers found on the order will be rejected at the time of delivery at Vendor’s risk and expense. 4. Items not in compliance will be returned to the Vendor at no additional cost to the Department and comments will be recorded in the Vendor’s Past Performance File. 5. Random Quality Assurance will be conducted to ensure conformance. |
THIRD PARTY COMPONENTS: | 1. GITM does not allow use of third party component substitutions in any Equipment Configurations offered under a Brand Name. All items, including configuration components and arrangement, must conform to the Descriptions and Part Numbers found on the order. 2. Random Quality Assurance will be conducted to ensure conformance. 3. If it is determined that third party components were used in violation of this order and resulting in the compromise of equipment warranties or any other cost to the Government, the Vendor will assume said costs and other remedies may be available to the Government in accordance with the Termination for Cause clause in FAR 52.212-4(m). 4. Any infraction as above will be recorded in the Vendor’s Past Performance File. |
WARRANTY: | 1. Worldwide manufacturer warranty is required for parts and labor on all components. 2. Vendor pickup and delivery at 7001 Newington Road, Suite 200, Lorton, VA 22079 for warranty returns will be guaranteed by the Vendor, at no additional cost to the Government, within 3 business days of Vendor notification. 3. Units received for repair under warranty must be returned to GITM at the address above within 30 days of Vendor pickup. 4. A 120-Day lead time is required for returning a defective item from a Government OCONUS location. 5. If award is made to a Vendor who is a non-manufacturer, the Vendor will coordinate with the manufacturer for any warranty repairs/concerns. 6. For OCONUS locations where there is OEM support, warranty can be transferred to OEM representative in host country as long as there is no cost to the government. Otherwise equipment is to be sent to the United States for repair. DOS will allow for on site repairs for equipment purchased through the GITM office as long as the repair effort does not require access to on-line networks. |
WRITTEN ESCALATION PROCESS: | 1. Upon award, the Vendor will provide a written escalation process via E-Mail to GITM Procurement at GITMProcurement@state.gov. 2. The written escalation process will include the following information: (a) Sales Contacts for both Field and Internal. (b) Sales Management Contacts. (c) Customer Support Reps and their Management to include: (1) Customer Service Representative. (2) Warranty Liaison Representative. (3) Integration Representative. 3. Vendor will provide name, phone, E-mail, and back-up personnel points of contact in each area of responsibility. 4. GITM requests that the Vendor provide an estimate of response time and a plan for escalation to the next level. |
PROHIBITED EQUIPMENT / OEM | Section 889 of the National Defense Authorization Act (NDAA) prohibits use or procurement of services provided or telecommunication equipment manufactured by ZTE, Huawei, and Xiaomi (or any subsidiary or affiliate of such entities) in support of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes. Such-branded products are defined as any information security products, solutions, and services supplied, directly or indirectly, by said manufacturers, to include, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). These products and services are strictly prohibited from connecting to any federal government or Department of State system or network (including Dedicated Internet Networks (DINs)) used to process, store or transport government data of any kind. |
GSA Orders with Open Market Items | GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") |
GSA Multiple Award Schedule | Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
LORTON | VA | 22079 |
Seller Attachment(s): Required
The attachment(s) must include the following non-pricing information: To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award. |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | PR9137126_SimplyNUCBluebox_GCPG.pdf | 311 KB | |
002 | PR9137126_SimplyNUCBluebox_JA_REDACTED.pdf | 293 KB |