Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
MODIFICATION

70 -- Hewlett Packard or Lexmark Equivalent Printers

Notice Date
5/18/2006
 
Notice Type
Modification
 
Contracting Office
Office Of Acquisition, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
2106206CIO273
 
Response Due
5/22/2006
 
Archive Date
6/11/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 2106206CIO273 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular N/A. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Monday, May 22, 2006 at 15:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22202 The DHS-Transportation Security Administration requires the following items, BRAND NAME OR EQUAL, to the following: LI 001, Hewlett Packard LaserJet 4250dtn Black and White Printer or Lexmark Equivalent (Vendor must document mfr. part number and model number of printer proposed), 153, EA; LI 002, Hewlett Packard LaserJet 4700 dn Color Printer or Lexmark Equivalent (Vendor must document mfr. part number and model number of printer proposed), 67, EA; For this solicitation, DHS-Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Transportation Security Administration is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Brandon Prindle at brandon.prindle@dhs.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to brandon.prindle@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. All questions must be submitted by 1600 EST 5/18/06. New Equipment ONLY, NO remanufactured products. Quotations are to be submitted as all or none. Please note that this auction pertains only to the purchase and delivery of the items specified. Installation, connectivity, or other managed services are not required. Upon notification, Vendors must complete and return the Representations and Certifications Form attached in the FedBid auction. Bid MUST be good for 30 calendar days after submission This procurement has been set aside by TSA for businesses that are both SMALL and SERVICE DISABLED VETERAN OWNED. Please do not bid if your business does not meet both criteria. Bids received from businesses that are not Service Disabled Veteran Owned Small Businesses (SDVOSB) will not be considered. Due to TSAs Information Technology configuration management standards, TSA is only considering products from the two manufacturers specified in this FedBid auction. TSA will consider commercial pricing of consumables and life cycle costs associated with each model as part of its best value evaluation. Invoicing shall occur upon the completion of the delivery of all printers. FOB Destination CONUS (Continental U.S.) Vendor agrees to additional TSA Clauses attached in the FedBid auction. Vendor agrees to the following delivery terms. Delivery of printers shall occur in 9 weekly installments. The first installment shall contain 20 printers (9 Black & White printers) and (11 Color printers) and shall occur on a Monday within 30 days of award. The following 8 weekly installments shall occur on consecutive Mondays and shall contain 25 printers each (18 Black and White printers) and (7 Color printers). If a Monday delivery date falls on a Federal Holiday, delivery shall take place the next business day. All printers will be required to be delivered inside TSA Headquarters located at 601 South 12th Street in Arlington, Virginia to either the basement or the 6th floor. Access to a dock and a service elevator will be provided. A hand held pallet jack can be used for the deliveries. The removal of packing materials is not required. Due to security purposes, individuals associated with the delivery of the printers will be required to have and pass a background check by TSA security prior to delivery. TSA will require the following information of each individual associated with each delivery 72 hours prior to delivery: Full Name, Social Security Number, Date of Birth, Place of Birth, Height and Weight. Printers are required to be IPV6 and RoHS compliant.
 
Web Link
www.fedbid.com (a-27398, n-2412)
(http://www.fedbid.com)
 
Place of Performance
Address: Arlington, VA 22202
Zip Code: 22202-4220
Country: US
 
Record
SN01052805-W 20060520/060519133836 (fbodaily.com)
 
Source
FedBizOpps 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.