Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

70 -- ColorSpan SI printer

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F3P3AQ5209A100
 
Response Due
8/30/2005
 
Archive Date
9/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS REQUIREMENT IS BRAND NAME COLORSPAN. Solicitation Number: PR F3P3AQ5209A100 ITEM: Colorspan 72 SI Solvent printer with software and supplies. Delivery Date: 16 September 2005 Solicitation Issue Date: 26 August 2005 Estimated Award Date: 31 August 2005 The 12th Contracting Squadron at Randolph AFB TX intends to award a firm fixed price purchase order, under the Simplified Acquisition Procedures. 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; quotations are being accepted and a written solicitation will not be issued. Solicitation Number F3P3AQ5209A100 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The NAICS Code is 423430, size standard is 100. The requirement is for a brand name colorspan 72 SI solvent printer with sofware and supplies. See Brand Name Justification Below. Colorspan 72SI Solvent Printer 1 Ea, Stater set w/ 1 ea C, M, Y, K, 1 liter inks & 1 roll 1 set, Set tables 1 Ea, Plenium Kit 1 Ea, Ink Start up Kit 1 Ea, Solveant 1 Ea, Colorspan softrip pro software 1 Ea, Assembly & Training 2 Days, Shipping & Handling. The delivery date is 16 September 2005. Award is anticipated on 31 August 2005. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil FAR, 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-21, Prohibition of Segregated facilities. 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration; 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252.204-7004, Required Central Contractor Registration. 252-212-7001, Contract Terms and Conditions required to implement statues or Executive Order applicable to Defense Acquisition of Commercial Items. 252.212-7000, Offeror Representations and Certifications-Commercial Items. Interested parties capable of providing the above must submit written price notice to include discount terms. All responses will be fully considered. Offeror must provide cage code and ensure that they are registered in the Central Contractor registration (CCR). Award will be made using simplified Acquisition Procedures, therefore, the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit an offer, which, if timely received, will be considered by this agency. Offerors are due at 12 Contracting Squadron not later than 4:30PM, Central Time, 2 Sep 2005 and should reference the solicitation listed above. Offerors must include with their proposal a completed copy of the provision 52.212-3, Offerors Representations and Certifications-Commercial Items. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any award. You can register in the CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov/ . Email your Questions/Quotes to Audra Novatnak at audra.novatnak@randolph.af.mil . JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETION DEPARTMENT OF THE AIR FORCE 12TH CONTRACTING SQUADRON RANDOLPH AFB TX 78150-4525 (i) Description of the supplies or services required to meet the agency?s needs: The proposed action is for the purchase of a ColorSpan 60? DisplayMaker model 72 SR inject, solvent printer and related accessories for use in the Graphics Branch support of numerous customers at Randolph AFB TX to include HQ AETC, HQ AFPC, HQ Recruiting Service and other 12 FTW tenants. (ii) Statutory Authority: FAR 6.302-1 (c) - Application for brand name descriptions. (iii) A demonstration that the proposed contractor?s unique qualification or the nature of the acquisition requires use of the authority cited: Currently we are not able to produce large displays for the Wing and Command that are long lasting and capable of being displayed outdoors in harsh environment. Present printing technology/equipment is designed to produce only indoor products with a limited ability for long lasting use. This manufacturer is the only product capable of providing 60? solvent-ink printer. The Multimedia Center has been using this brand (indoor inks) for the last three (3) years. Failure to maintain this environment will introduce undetermined complications from hardware mixtures that will significantly increase the complexity of maintaining existing configuration control of these critical devices. Substantial man-hours have been spent on training of personnel a well as costs incurred in the acquisition of the current printer. The Air Force will not need to reinvest in specific training for another brand of printer. Additionally, due to the humidity problems that exist in hangar 6, the above printer is best suited for this environment. The system includes a self-cleaning and sensor system, which results in less waste of supplies and manpower. This printer can print on rigid poster boards to roll-to-roll flexible media, such as vinyl, canvas, paper and fabrics. The printer is capable of utilizing archival ink and print products giving the end product longer shelf life. This would realize a cost savings of approximately $28,000 and half to three-quarters production time. The government has expended approximately $215,000 for the current ColorSpan (indoor ink) printer. It would be cost prohibitive and not in the best interest of the government to procure this printer from a different manufacturer. (iv) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services is required: Until it is determined that the current printer no longer meets the Government?s requirements, the ColorSpan 72 SR inkjet will be utilized. In addition, until other firms can provide compatibility with the existing system, to include upgrades that meet the Government?s needs, it would be neither reasonable nor feasible to consider any other brand. To ensure the above is met, 12 CS/SCSG will however, continue to evaluate the capabilities of other manufacturer?s through continuing market research and the changing needs of the current system. Continued efforts in this regard will ensure that the Government is getting the best value at a fair and reasonable price by ensuring the Government utilizes the most efficient and economical components and support Contracting Officer?s Certification: The contents of this justification and approval are certified as accurate and complete to the best of the Contracting Officer?s knowledge and belief. Technical personnel certification of accuracy: The supporting data that forms the basis of this justification has been certified to be complete and accurate, to the best of their knowledge and belief, by the technical/requirements organization.
 
Place of Performance
Address: Randolph AFB, TX
Zip Code: 78150
 
Record
SN00880514-W 20050828/050826212215 (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.