Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

70 -- Toner Cartridge Refurbishment

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Information Technology Service (10TR), 4040 Wheaton Way, Suite 111, Bremerton, WA, 98310
 
ZIP Code
98310
 
Solicitation Number
SB826
 
Response Due
8/29/2002
 
Point of Contact
Melinda Carlson, Acquisition Support Specialsit Lead - I.T.S. Corporation, Phone (360)373-1701 x26, Fax 360-415-5619,
 
E-Mail Address
lindyc@itsfed.com
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only REQUEST FOR QUOTATION (RFQ); quotes are requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. RFQ No. (Solicitation Number) SB826 is issued as a Request for Quotation (RFQ) under FAR Part 13, Simplified Acquisition Procedures. The complete solicitation is enclosed. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-07. This procurement is in support of Puget Sound Naval Shipyard and their technical requirements are specified in the enclosed. This procurement is set aside for small business. Offers are being solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (unless only offers from none small business concerns are received). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this notice will be most advantageous, representing the best value to the government, price, and other factors considered. A Purchase Order will be awarded. The provisions at 52.212-1 Instructions to Offeror - Commercial Items and 52.212-2 Evaluation - Commercial Items, applies to this solicitation/acquisition. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement . Offers are being solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (unless only offers from none small business concerns are received). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this notice will be most advantageous, representing the best value to the government, price, and other factors considered. A Purchase Order will be awarded. The provisions at 52.212-1 Instructions to Offeror - Commercial Items and 52.212-2 Evaluation - Commercial Items, applies to this solicitation/acquisition. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement IT-Solutions Shop at <https://it-solutions.gsa.gov> for the post-award process and the submission of invoices. A proposal must be received by 4:00 PM PST, to be considered by the government. Inquiries and proposals will only be accepted electronically by email at: Debbie Stonehouse At: Debbie.Stonehouse@gsa.gov <mailto:Debbie.Stonehouse@gsa.gov> or by fax 360-782-2062 or or by fax to 360-415-5619. MINIMUM SPECIFICATIONS: 1. All toner cartridges supplied shall meet original equipment manufacturer?s (OEM) standards of quality, performance and warranty requirements. 2. Contractor shall supply remanufactured cartridges with life long drums for use in Hewlett Packard LaserJet 4/4M/5M (EX), 3SI/4SI/4SIMX(NX), 5SI(ZX), 4000/4050, 5000N, 8100, 4V printers. 3. Contractor shall dispose/recycle metal, plastic, and other recyclable parts when the cartridge can no longer be recycled in accordance with EPA requirements. 4. Contractor shall report/bill monthly the number and cost of recharged cartridges supplied to Building 431 to which cartridges are delivered. 5. Cartridge shall be disassembled and all parts, including toner hopper, magnetic roller, and blade shall be cleaned of all residual toner. 6. The drum supplied shall be of the ?long-life? type. Vendor shall provide the original manufacturer and part number of the drum. 7. The reservoir shall be filled with toner as follows: Part No. , Toner Type, Fill Rate 92298A/EP-E, Static Control, 380 grams; 92291A/EP-N, Static Control, 500 grams; C3909A/EP-W, Static Control, 950 grams; C4127X, Static Control, 525 grams; C4129X, Imaging Resources, 500 grams; C4182X, Imaging Resources, 1100 grams;C3900A, Imaging Resources, 400 grams. 8. Based on toner types mention above and 5 % coverage, minimum print yield shall be as follows: 92298A , 6800 prints; 92291A, 8000 prints; C3909A, 15000 prints; C4127X, 10000 prints; C4129X , 10000 prints; C4182X, 20000 prints; C3900A, 8000 prints. Recovery blade is inspected and replaced on each cartridge, as needed. 10. Wiper Blade to be replaced on each cartridge. 11. Toner Hopper must be sealed with 100% leak proof type seal (Similar to OEM standards. 12. The cartridge shall be completely disassembled, cleaned and checked for worn or damaged parts and replaced as needed. 13. The cartridge shall be packaged and sealed in a light-sensitive bag meeting or exceeding OEM standards. 14. Packaging shall be constructed to permit users to re-package used cartridges for return to vendor. (Similar to OEM Box) 15. The contractor shall deliver recharged cartridges and pick-up empty cartridges at the same time from Client within the Controlled Industrial Area of Puget Sound Naval Shipyard. Delivery and pickup by third party (Such as UPS) will not be acceptable. 16. Quantities and deliveries for the first year are as follows (these quantities are estimates and may need to be adjusted periodically during the year as demand requires):92298A/EP-E,(4,4M), 800 per year, Delivery on call basis; 92291A/EP-N,(4SI), 500 per year, Delivery on call basis; C3909A/EP-W (5SI), 350 per year, Delivery on call basis; C4127X (4000/4050),1800 per year ,Delivery on call basis; C4129X (5000N) ,200 per year, Delivery on call basis; C4182X (8100), 175 per year, Delivery on call; C3900A (4V), 10 per year, Delivery on call basis 17. Personnel must be US Citizens and will be subject to a security background check prior to being granted access to the Shipyard. 18. Contractor shall provide a guarantee of cartridge performance with replacement of cartridges that fail to perform to their expected lifetime. 19. All cartridge cases shall be identified by printed label with vendor name and address to insure returns of defective cartridges. 20. None of the services required by this contract shall be subcontracted to or performed by persons other than the contractor or the contractor?s employees without prior written consent of the contracting office. 21. Delivery (PPP or PPM) is 24-hour response time, 5 days a week, Monday through Friday excluding holidays. Minimum 2-hour notification required prior to delivery
 
Place of Performance
Address: Bremerton, WA
Zip Code: 98314
Country: USA
 
Record
SN00150408-W 20020828/020826213828 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.