Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
SOLICITATION NOTICE

70 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR Subpart 12.6. The NAIC code is 3341190, SB standard 1000 employees. Purchase components for a Computer to Plate System.

Notice Date
9/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Garrison, Hawaii, Directorate of Contracting, ATTN: APVG-GK, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
DAPC50-02-R-0042
 
Point of Contact
Robert Batangan, (808) 438-6535 ext 199
 
E-Mail Address
Email your questions to US Army Garrison, Hawaii, Directorate of Contracting
(Robert.Batangan@shafter.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being request ed and a written solicitation will not be issued. The solicitation number DAPC50-02-R-0042 IS ISSUED AS A Request for Quote (RFP), and incorporates provisions and clauses that is in effect through Federal Acquisition Circular 90-45. The North American In dustry Classification System code is 3341190, with a small business standard of 1000 employees. The acquisition is a firm-fixed contract. Purchase Computer to Plate System components as follow: 1 each, Computer-to-plate setter with RIP; 1 each, Off Line plate processor and oven; 2 each, Digital proofing system Epson 9600 or equal; 2 each, Kompac unit model number KSO-929545; Kompac unit model number KSO-829545; 1 lump sum, on site installation, configuration and two week on site training. The Delivery s hall be made FOB destination (FAR 52.247-34) to 29th Eng Bn T, Building 525, Fort Shafter, Hawaii 96858-5200, Major Christopher Benson, phone: (808) 438-1881. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evalua tion ? Commercial Items ? As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2) Listing of past performance (contract references, include name/address/phone); (3) Ability to meet delivery schedule; (4) Price/Cost for CLINs 0001 through 0006. Offerors who fail to follow the format and requirements listed in 1 through 4 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products wil l be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance and ability to meet the delivery schedule. The government may award a contract based on initial offers received, wi thout discussion of such offers; therefore, initial offer should contain the offeror?s best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifica tions ? Commercial Items and 52.212-7000 Offeror Representations and Certifications ? Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity? 52.219-8 Utilization of S mall Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disa bled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Repo rting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer ? Central Contr actor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Stat utes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act ? Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, Items 0001 through 0006, 15 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, t he offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Items 0001 within 30 days after date of award. The Defense Prior ities and Allocations System (DPAS) do not apply. Descriptive literature and past performance shall be mailed or faxed to the Directorate of Contracting, ATTN: APVG-GKC, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 09/6/02, 2:00 P.M. Hawaii Standard Time. For information regarding this solicitation, contact Robert Batangan (808) 438-6535, extension 199. All responsible sources may submit an offer. No telephonic requests for the solicitat ion package will be accepted.
 
Place of Performance
Address: US Army Garrison, Hawaii, Directorate of Contracting ATTN: APVG-GK, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00162582-W 20020912/020910213737 (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  © 1994-2020, Loren Data Corp.