Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

59 -- LCD Monitors and Digital Video Recorders

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Construction & Small Purchases Branch, 26 W Martin Luther King, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-05-00162
 
Response Due
8/4/2005
 
Archive Date
9/4/2005
 
Description
NAICS Code: 334119 This is a combined synopsis/solicitation for LCD Monitors and Digital Video Recorders, commercial items in accordance with FAR Parts 12 and 13, Commercial and Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number RFQ-OH-05-00162 is used as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This acquisition is a Small Business Set-Aside. The NAICS Code is 334119, the size standard for which is 1,000 employees. The U.S. EPA located in Cincinnati, OH requires Two (2) NEC-Mitsubishi LCD4000-BK 40" LCD Monitors and Two (2) Pelco DX8016-1000 Digital Video Recorders and a contractor to provide the following: (A) The contractor shall Deliver, FOB Destination, and Install the LCD Monitors and Digital Video Recorders at the U.S. EPA A. W. Breidenbach Environmental Research Center (AWBERC), Security Control Center, located at 26 West Martin Luther King Drive, Cincinnati, OH, within 60 calendar days of Purchase Order issuance. (B) The contractor shall provide a Warranty of parts, labor, and installation for the performance and functionality of the equipment for a minimum of one (1) year after formal EPA acceptance and approval. Preference will be given for a longer warranty period. The warranty shall provide for timely cost-free repair or replacement of failed equipment, to include material, labor and all associated expenses. All equipment and components shall have 24-hour repair and parts replacement for warranty items. The warranty shall include a toll free (U.S. and Canada), 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical assistance for either the dealer/installer or end user at no charge. (C) The contractor shall provide Service Calls. The contractor shall respond to service calls placed during Contractor's normal business hours within two (2) hours. Response time includes drive time to arrive at the EPA facility for on-site service. Preference will be given to offerors that will provide, at no cost to the Government, service calls for assessment of problems and cost of repairs after warranty expiration. The Government reserves the right to choose any qualified contractor to make repairs to equipment after the warranty expires. (D) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (E) The provision at FAR 52.212-2, Evaluation-Commercial Items, is applicable. The government will select the most advantageous offer conforming to the solicitation considering the specific evaluation criteria are as follows: (a) Warranty, (b) Service Calls, (c) Proximity to the EPA facility, (d) Delivery Date, and (e) Past Performance. The evaluation factors, when compared to price, are approximately equal in relative importance. This procurement is being conducted as a Best Value Procurement. (F) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, is applicable and must be submitted with your quote. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. (G) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (H) The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (I) The contractor shall be registered in the Central Contractor Registry (CCR) prior to receipt of Purchase Order. Information can be found at www.ccr.gov. The contractor shall provide its Data Universal Numbering System (DUNS) Number and Taxpayer Identification Number (TIN) with its quote. (J) Offerors shall submit one (1) original and (1) copy of their quotation, that references RFQ-OH-04-00162 no later than Thursday, August 4, 2005 at 3:00 p.m. EDT to Scott Tharp via email tharp.scott@epa.gov, or via fax at 513-487-2107. Quotations may be sent via regular mail to U.S. EPA, Cincinnati Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions or comments may be directed to Scott Tharp at 513-487-2092 or via e-mail tharp.scott@epa.gov.
 
Record
SN00857285-W 20050730/050728213006 (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.