RFQ # PR12343199- Telecommunications Equipment – Local Government Organization
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Mar 07, 2024 07:22 am EST
- Original Date Offers Due: Mar 20, 2024 04:45 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 04, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5340 - HARDWARE, COMMERCIAL
- NAICS Code:
- 334 - Computer and Electronic Product Manufacturing
- Place of Performance: SANTO DOMINGO, D.N , DO-32DOM
Description
Dear Prospective Offeror/Quoter:
The U. S. Embassy in Santo Domingo, Dominican Republic, invites you to submit quotations under full and open competition procedures for the following: Telecommunications Equipment – Local Government Organization, according to following:
- Apple iPhone 15 or similar - unlocked. Qty: 30, Unit: each.
- Headset (USB-C), Ref. Poly Blackwire 3320-M - Microsoft Teams - Part no. 214013-101 or similar. Qty: 30, Unit: each.
- Video conferencing kit - no PC, Ref. Poly Studio - Small-Medium Room Kit - Part no. 7230-87710-001 or similar. Qty: 02, Unit: each.
- Desktop Computer: Intel Core i5 12th Gen i5-12500T Hexa-core (6 Core) 2 GHz - 8 GB RAM DDR5 SDRAM - 256 GB M.2 PCI Express NVMe SSD - Mini PC - Black - Intel Q670 Chip - Windows 11 Pro - Intel UHD Graphics 770 DDR5 SDRAM - English (US) Keyboard - IEEE 802.11ax - 90 W. Ref. HP Elite Mini 600 G9 Part no. 68W58UT#ABA or similar. Qty: 02, Unit: each.
- Microsoft Teams Rooms Pro -- Included is NCE and COM or similar. Ref. Part no. NCE-COM TRI. Qty: 02, Unit: each.
- POLY CCX Microsoft TEAMS edition, voice over IP (VOIP) desk phone or similar. Ref. Part no, 2200-49700-019. Qty:30; Unit: each.
- Aruba AP-615 (EG) TAA Dual-radio Tri-band 2x2:2 802.11ax Wi-Fi 6E Internal Antennas Campus Access Point. TAA Compliant or similar. Ref. Part no. R7J51A. Qty: 10, Unit: each.
- Aruba AP-MNT-MP10-A Campus AP mount bracket kit (10-pack) type A: suspended ceiling rail, flat 9/16 (Kit contains mounts for 10 access points) or similar. Ref. Part no. JZ370A. Qty: 01, Unit: each.
- Aruba 9012 series Gateway Controller or similar. Ref. Part no. R1B31A. Qty: 01, Unit: each.
- ArubaOS 10 (AOS 10). Distributed operating system for Aruba Central-managed access points and gateways annual subscription or similar. Ref. Part no. AOS 10. Qty:01, Unit: each.
Written Quotes
The offeror shall provide an electronic copy containing all required sections of the written Quote. The offeror must submit the Quote in the formats provided by Microsoft Office 2007 or later. Any offeror that does not comply with the following instructions or does not submit a required component of this RFQ within the allotted period shall not be considered for award.
Solicitation Considerations
All Quotes must be valid for 60 days from the closing date for this solicitation. No exceptions or qualifications. New items ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way.
The offeror confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. The offeror must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements.
The Government intends to award a Firm Fixed Price Purchase Order under FAR Part 13 resulting from this solicitation to one (1) responsible offeror whose offer conforming to the solicitation is the Lowest-Priced, Technically-Acceptable. The following factors shall be used to evaluate offers:
- Technical Capability of the item offered to meet the Government requirement.
- Price.
QUOTES
Quotations must be submitted in English, via email to SantoDomingoProcurement@state.gov and marked RFQ# PR12343199, no later than 1600hrs local time, on March 20, 2024.
The following must be included in the quotation:
- Contract number (if any).
- Evidence that all quoted items are on the GSA schedule contract or will be as of the date of award. For items not yet on GSA contract, quoter must demonstrate that it has submitted by the closing date/time a request to GSA for addition of these items to its contract. Any open market items must be identified in the quotation and comply with FAR 8.402(f); any open market item should not exceed $3,000.00
- Pricing for the items identified.
- Description of the item being quoted (product literature and data sheets are required on all items);
- Evidence of authorization to supply and export the required items;
- Warranty information; and
- Delivery time stated in number of calendar days.
All items must be new (not used or refurbished). This solicitation is issued on an "all or none" basis. Award will be made to the lowest priced offering acceptable products.
Complete quotations must be received by the date and time specified and include the maximum discounts available.
REQUIRED DELIVERY DATE
Delivery must be made within 30 days after award.
- For Overseas vendors price quoted must include delivery FOB destination to our warehouse in Miami, FL. United States to the following address:
11380 NW 34TH ST,
DORAL, FL 33178-1828
UNITED STATES
This purchase is ultimately intended for an overseas destination. If there is any the shipment and it will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor’s expense.
Mark all boxes, cartons, etc. in this order:
U.S. Embassy, Santo Domingo PL
Embassy PO Number: TBD
- For local vendors, the price quoted must include delivery FOB to our warehouse in Santo Domingo, Dominican Republic to the following address:
U.S. Embassy Santo Domingo
Av. República de Colombia #57 (Rear entrance; Warehouse)
Altos de Arroyo Hondo
Santo Domingo, Distrito Nacional
Dominican Republic
Please direct any questions regarding this Request for Quotations to SantoDomingoProcurement@state.gov
The U.S. Government is conducting this acquisition using Simplified Acquisition procedures as outlined in the Federal Acquisition Regulation (FAR), Part 13.
The U.S. Government intends to award a Purchase Order to the responsible offeror submitting the lowest quotation which is technically acceptable. You are encouraged to make your quotation competitive. You are also cautioned against any collusion with other potential offerors with regard to price quotations to be submitted. The RFQ does not commit the U.S. Embassy to make any award. The Embassy may cancel this RFQ or any part of it at any time. The Contracting Officer reserves the right to reject any or all quotations and to waive any information, or minor irregularities in quotations received.
In accordance with FAR Provision 52.215-1, the Government reserves the right to make an award based on initial proposals without further negotiation or discussion, following FAR Subpart 15.209 (a).
FAR 52.211-6 Brand Name or Equal (AUG 1989)
- If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.
- To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must—
- Meet the salient physical, functional, or performance characteristic specified in this solicitation;
- Clearly identify the item by—
- Brand name, if any; and
- Make or model number;
- Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
- Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
- The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
FAR 52.252‑2 Clauses Incorporated By Reference (FEB 1998)
This purchase order or BPA incorporates the following 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 address: https://www.acquisition.gov/far
DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm
Attachments/Links
Contact Information
Contracting Office Address
- DEPARTMENT OF STATE, 2201 C ST NW
- WASHINGTON , DC 20520
- USA
Primary Point of Contact
- Santo Domingo Procurement Team
- SantoDomingoProcurement@state.gov
- Phone Number 18095677775
Secondary Point of Contact
- Crister Nunez
- nunezcx1@state.gov
- Phone Number 18095677675
History
- Apr 04, 2024 11:55 pm EDTSolicitation (Original)