To place a bid or register go to Unison Marketplace

View Details for Buy # 988074_01

View Other Versions: 988074 

General Buy Information

Buy #: 988074_01  
Solicitation #: W9127P-19-Q-016A_01
Buy Description: TOOLS FOR CYBER SECURITY
Category: 70 -- Information Technology (ADP) Equipment (Including Firmware), Software, Supplies and Support Equipment
Sub Category: 7025 -- IT Input/Output and Storage Devices
NAICS: 334515 -- Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: National Guard - Virgin Islands
End Date: 08/19/2019
End Time: 11:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: The purpose for this amendment is to correct the solicitation number.
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 Forensic Toolkit + 1 Year Subscription FTK V6 single user perpetual license with dongle and 1 year SMS 1 EA
002 FREDDIE Ruggedized Mobile System; Digital Intelligence FREDDIE computer system Ø- Motherboard Chipset: Intel® X299 Chipset Motherboard Ø- OS: Windows 10 Pro 64-bit [T0018] Ø- CPU: i7-7820X 8 Core 3.6 GHz (4.3 Turbo), 11MB Cache [T1054] Ø- RAM: 64 GB PC4-21300 DDR4 2666 MHz [T2014] Ø- Video Card: [T0023] Nvidia GTX 1050Ti, 4GB, 128 bit GDDR5, 768 CUDA Cores Ø- OS Drive: [T3043] - 512 GB M.2 NVMe PCIe Solid State Drive # PRO Series Ø- Drive 2 - Internal PCIe M.2 SSD: None Selected Ø- Drive 3 - SATA Interface: 512 GB SATA Solid State Drive - Pro Series [T3077] Ø- Drive 4 - SATA Interface: None Selected Ø- Drive 5 - SATA Interface: None Selected Ø- Drive 6 - SATA Interface: None Selected Ø- Drive 7 - USB 3.1 Interface: 2 TB 7200 rpm SATA Hard Drive [T3095] Ø- NIC (Network Interface Card) Options are in addition to the onboard Ø- 1 Gigabit network ports : None 1 EA
003 VPER Kit with EnCase - Motherboard Chipset: Intel® Z370 Express Chipset Motherboard - OS: Windows 10 Pro 64-bit [T0018] - CPU: [T1446] i7-9700K 8 Core 3.6GHz (4.9 Turbo), 12MB - RAM: [T2417] 64GB PC4-19200 DDR4 2400 - Graphics Card: [T0033] NVIDIA GeForce RTX 2060 6GB GDDR6 - OS Drive: [T3044] - 1 TB M.2 NVMe PCIe Solid State Drive - PRO THIS DESCRIPTION IS TOO LONG FOR THIS SPACE - YOU MUST VIEW THE ATTACHED DOCUMENT FOR A COMPLETE DESCRIPTION 1 EA
004 shipping and handling Shipping to the Virgin Islands - RR2, Box 9200, Kingshill, VI 00851 1 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers have the OPTION to 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) should include the following non-pricing information:
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
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
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
Shipping Condition Shipping must be free on board (FOB) destination OCONUS (outside of the Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
52.204-7 -- System for Award Management 52.204-7 -- System for Award Management
52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.212-4 -- Contract Terms and Conditions -- Commercial Items
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.204-13 – System for Award Management Maintenance 52.204-13 – System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance 52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 – Basic Safeguarding of Covered Contractor Information Systems 52.204-21 – Basic Safeguarding of Covered Contractor Information Systems
52.204-22 – Alternative Line Item Proposal 52.204-22 – Alternative Line Item Proposal
52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations
52.212-3 -- Offeror Representations and Certifications Alternate I (Oct 2014). (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding.
52.219-6 -- Notice of Total Small Business Set-Aside 52.219-6 -- Notice of Total Small Business Set-Aside
52.219-28 – Post-Award Small Business Program Rerepresentation 52.219-28 – Post-Award Small Business Program Rerepresentation
52.222-3 -- Convict Labor 52.222-3 -- Convict Labor
52.222-19 -- Child Labor—Cooperation with Authorities and Remedies 52.222-19 -- Child Labor—Cooperation with Authorities and Remedies
52.222-21 -- Prohibition of Segregated Facilities 52.222-21 -- Prohibition of Segregated Facilities
52.222-26 -- Equal Opportunity 52.222-26 -- Equal Opportunity
52.222-50 -- Combating Trafficking in Persons 52.222-50 -- Combating Trafficking in Persons
52.225-13 -- Restrictions on Certain Foreign Purchases 52.225-13 -- Restrictions on Certain Foreign Purchases
52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management
52.232-40 – Providing Accelerated Payments to Small Business Subcontractors 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors
52.233-3 -- Protest After Award 52.233-3 -- Protest After Award
52.233-4 -- Applicable Law for Breach of Contract Claim 52.233-4 -- Applicable Law for Breach of Contract Claim
52.252-2 -- Clauses Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/far.html (End of Clause)
52.252-6 -- Authorized Deviations in Clauses 52.252-6 -- Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of clause)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7011 Alternative Line Item Structure 252.204-7011 Alternative Line Item Structure
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation this clause is to be included full text. FEDBID terms form does not allow for such a long description. Please see the DFARS full clause online at http://farsite.hill.af.mil/vmDFARA.HTM
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System
252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7000 Buy American--Balance of Payments Program Certificate
252.225-7031 Secondary Arab Boycott of Israel 252.225-7031 Secondary Arab Boycott of Israel
252.225-7048 Export-Controlled Items 252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions WideArea WorkFlow system is required for invoicing this prospective contract. If WAWF is not accessible, invoicing will not be available until access is granted.
252.232-7010 Levies on Contract Payments 252.232-7010 Levies on Contract Payments
252.247-7023 Transportation of Supplies by S 252.247-7023 Transportation of Supplies by S
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Commercial Items Terms and Conditions The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Shipping Information

City State   Zip Code
kingshill VI   00850

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 LINE_ITEM_3_DESC.pdf   201 KB