Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

70 -- Purchase Printers for AFIADL

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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-F2XHA76254A100
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Clauses and provisions may be accessed via the Internet, https://farsite.af.mil or http://www.arnet.far.gov. This announcement constitutes the only solicitation; quotes are being requested not later then 2:00 p.m. on 25 Sep 2006 to include pricing and delivery for all items and a written solicitation will not be issued. Solicitation number F2XHA76254A100 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13.5. The items being purchased are identified as follows: CLIN 0001, 5 each Black and white network laser printers with out of the box standard cartridges (not low-capacity toner cartridges) and the following minimum specs: 64-128 MB memory, 35-45 pages per minute, 10/100 network cards, duplex capability, and 3 year warranty; CLIN 0002, 1 each Color network printers with out of the box standard cartridges (not low-capacity toner cartridges) and the following minimum specs: 96-228 MB memory, 17-22 pages per minute, 10/100 NIC, duplex capability, and 3 year warranty. The solicitation document and incorporation provisions and clauses in effect through FAC 2005-06, AFAC 2006-0515, AFAC 2005-0818, DFARS, and DCN 20051209.It is the contractor's responsibility to be familiar with applicable clauses and provisions. The basis for award will be lowest price technically acceptable (LPTA). This acquisition is unrestricted. The North American Industry Classification System code is 423430 with a small business size standard of 500 employees. Contractors must be registered with the Central Contractor Registry (CCR) www.ccr.gov, Wide Area Work Flow (WAWF) https://wawf.ed.mil, and in Online Reps and Certs (ORCA) https://orca.bpn.gov, to be eligible for award of this contract. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Alt 1; Offeror Representation and Certifications - Commercial Items (Jun 2006), DFARS 252.212-7000, Offeror Representation and Certifications - Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act - Balance Payment Program Certificate (Jun 2005) with the quotation. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2006), applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005), is incorporated into this RFQ and is addendum to add the following clause: Add Paragraph (u), FAR 52.204-4, Printed or Copied Double-sided on Recycled Paper (Aug 2000) and add paragraph (v), FAR 52.204-7, Central Contractor Registration (Jul 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Aug 2006) 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 (Jun 2003), 52.222-3, Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). The following FAR and DFARS clause also applies to this combined synopsis/solicitation: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2006), and the following clauses are applicable under sub-paragraph (b) 252.225-7001, Buy American Act and Balance of Payment Program (Jun 2005), 252.232-7003, Electronic Submission of Payment Requests (May 2006). 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). The following AFFARS clause is hereby incorporated inot this solicitation: 5352.201-9101, Ombudsman (Aug 2005). The following Local clauses are hereby incorporated into this solicitation: Maxwell 114, Required Posters (Feb 2003), and Maxwell 119, WAWF - Electronic Submission of Invoice (May 2006). The POC for this requirement is Deborah Downey at (334) 953-3541, or email at deborah.downey@maxwell.af.mil or MSgt Thomas Manning at (334) 953-3494 or email at manning.thomas@maxwell.af.mil.
 
Place of Performance
Address: HQ AU/SCXR, DRA 5745, 455 S. Kelly St, Maxwell AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01148022-W 20060921/060919220533 (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.