Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
SOLICITATION NOTICE

74 -- Lease of sixteen Fax/Copy Machines

Notice Date
12/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F73MSO42671230
 
Response Due
12/13/2004
 
Point of Contact
Bob Key, Contract Specialist, Phone 334-953-6170, Fax 334-953-3527, - Eugene Tilghman, Sr., Contracting Officer, Phone 334-953-3526, Fax 334-953-3527,
 
E-Mail Address
bob.key@maxwell.af.mil, eugene.tilghman@maxwell.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Firm quotes are requested and a written solicitation will not be issued. This is a Request for Quotations (RFQ), and the reference number is F73MSO42671230. Simplified Acquisition Procedures under the test program for certain commercial items found at FAR 13.5 will be used. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-25 and DCN 20041110. This is an unrestricted acquisition, both large and small business concerns are invited to respond to this notice. The NAICS code is 532420 and the size standard is 21.M. This requirement is for the lease of sixteen (16) Heavy duty Fax/Copy machines, Xerox Work Center Pro 416S1 or Equal for the period 01 January 2005 through 30 September 2005. Following are the salient characteristics of the fax/copy machines: 1. Must be heavy- duty machines 2. Standard incoming and outgoing fax 3. Duplex capability 4. Scan memory to preclude recirculation of documentation of documents to produce multiple copies. 5. Print letter size copies; 16PPM; Print legal size copies; 13PPM 6. Automatic Document Handler 7. Output Resolution 600X600 DPI 8. Annual Maintenance Agreement to include repair costs (To be included in lease cost) 9. Maintenance response time is within 24 hours of notification. 10. Capability to enlarge and reduce size of material being copied. Machines will be used 8 month period of ten (10) months for copying and faxing medical records and other related correspondence. Quotations should be submitted in the following format on company letterhead: Lease of sixteen (16) Heavy Duty Fax/Copy Machines Basic period 10 Months (01 Jan 05 - 30 Sep 05 Quantity Unit Unit price Total price 09 Months $______ $_________ The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, (Jan 2004) applies to this acquisition and is addended to add the following: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. To be considered for award, quotes of equal products, must (1) meet the salient physical, functional, or performance characteristics specified in this solicitation; (2) Clearly identify the item by (i) Brand name, and (ii) make or model number; (3) Include descriptive literature of the proposed Fax/Copier such a catalogs, etc, and (4) 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 modification. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." Award will be made to the lowest evaluated price quote that meets all the required salient characteristics in the solicitation. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (May 2004), with 52.212-3, Alternate I, (Apr 2002); and DFARS 252.225-7000, Buy American Act-Balance Of Payments Program Certificate, (April 2003). Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://www.arnet.far.gov. The FAR clause, 52.212-4, Contract Terms and Conditions--Commercial Items, (Oct 2003) applies to this acquisition and is addended to add the following FAR clause: 52.204-7, Central Contractor Registration (Oct 2003); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items, (Oct 2004) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside, (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting, (Dec 1996); 52.222-3, Convict Labor, (June 2003); 52.222-21, Prohibition of Segregated Facilities, (Feb 1999); 52.222-26, Equal Opportunity, (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities, (Jun 1998); 52.222-37, Employment Reports on Special Disables Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Dec 2001); 52.225-13, Restriction on Certain Foreign Purchases, (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, (Oct 2003); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels, (Apr 2003). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes 5or Executive Orders Applicable to Defense Acquisition of Commercial Items applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program, (Apr 2003); 252.225-7012, Preference for Certain Domestic Commodities, (Jun 2004); 252.232-7003, Electronic Submission of Payment Requests, (Jan 2004); and 252.247-7023, Transportation of Supplies by Sea, (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Nov 2003) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003 CCR can be obtained by accessing the Internet, http://www.ccr.gov or calling 1-888-227-2423. The CCR number must be obtained before award can be made. To be considered for award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Partial quotes will not be considered. Award will be made to one vendor. Responses/quotes are due by 3:00 pm central standard time, 13 December 2004. Submit written quotes; oral quotes will not be accepted. Responses to this RFQ may be submitted via fax: 334- 953-3527 or mail to 42nd Contracting Squadron/LGCA, Attn: Bob Key, 50 LeMay Plaza South, Maxwell AFB, AL, 36112. Quotes should be marked with the reference number. Quotes must meet all instructions put forth in this combined synopsis/solicitation. If you have any questions, please contact the 42d Contracting Squadron/LGCA, Maxwell AFB, AL by calling the contract specialist, Bob Key, (334) 953- 6170, email: bob.key@maxwell.af.mil or the Contracting Officer, Eugene V. Tilghman, Sr., (334) 953-3526, email: eugene.tilghman@maxwell.af.mil NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-F73MSO42671230/listing.html)
 
Place of Performance
Address: 300 S. TWINING ST. BLDG 760 MAXWELL AFB, AL
Zip Code: 36112
Country: U.S.A.
 
Record
SN00809014-F 20050518/050516213025 (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.