Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

74 -- Office Equipment

Notice Date
12/3/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU772632700
 
Response Due
12/6/2007
 
Archive Date
6/3/2008
 
Point of Contact
Name: Andrea Mason, Title: Contract Specialist, Phone: 3157726514, Fax: 3157727473
 
E-Mail Address
andrea.mason1@us.army.mil;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU772632700 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 423420 with a small business size standard of 100 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-12-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, LaserPrinter. Must print 45 ppm, and accomodate 8.5 X 14 in. paper. Up to 1200 x 1200 dpi, standard 64 MB memory. Model HP LJ 4250N, part number Q5401A or equal., 16, EA; LI 002, Printer/Copier Digital Sender. Scanner type: flatbed, ADF, resolution 600 x 600 dpi, 8 bit depth. Model HP 9250c, part number CB472A or equal., 10, EA; LI 003, External hard drive. 500 GB, USB transfer rate (USB 2.0) 480 Mbits/s (Max). Model Western Digital WDE1U5000N or equal., 51, EA; LI 004, DLP Projector. Image brightness 3500 lumens, max resolution 1400 x 1050, 3 watt integrated speakers, external wireless remote controller, DVI video output. Model Optima E910 - DLP projector or equal, 8, EA; LI 005, Thumb Drive. 2GB USB Flash Drive. Model Lexar JumpDrive Secure 2, part number JDSE2GB431 or equal., 149, EA; LI 006, Fax machine. B/W faxing and laser technology, fax modem speed 33.6K bps, 16MB memmory, one touch dial, dual access, secure fax, document memory backup, B/W copying 15cpm black. Model Brother 2920 or equal., 8, EA; LI 007, Color Printer. Print speed up to 31 ppm, print quality 600 x 600 dpi, 288MB standard memory, 544 MB maximum memory. Model HP Color LaserJet 4700dn Printer, part number Q7493A or equal. , 5, EA; LI 008, Flat Panel TV. 26 inch HDTV w/integrated ATSC tuner, 5000:1 contrast ratio, 8ms response time, 1360 (H) x 768 (V) pixel resolution, picture-in-picture, bottom built-in speakers with 5 watts x 2 audio power. Model Samsung LNT2653HX or equal., 7, EA; LI 009, Monitor. 22 inch, LCD widescreen, 18.7" horizontal x 11.7" vertical display area, 1680 x 1050 resolution, 5ms video response, 700:1 contrast ratio. Model ViewSonic VX2235wm or equal, 10, EA; For this solicitation, USA ACA Ft. Drum 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: 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; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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 andrea.mason1@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR Provision 52.204-8 Annual Representation and Certification (interested parties are required to input their representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.). The FAR provisions at 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors, 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: Award shall be made to the low responsible, responsive quoter); 52.212-3 Offeror Representations and Certifications. Delivery shall be made within 30 days or less after receipt of order (ARO). The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-27, 52-219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-50, 52.225-3, 52.225-13, 52.232-33. The following DFAR Clauses cited within 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items, are applicable to this aquisition: 252.225-7001, 252.225-7036, 252.232-7003, 252-247-7023. 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, The "FBO" provision located under the Contract/ Bidding Req Instructions is deleted in its entirety and the following is substituted in lieu thereof: 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, as applicable 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 W16XU772632700 and is issued as a Request for Quotations, unless otherwise stated herein. The solicitation document and incorporated provisions and clauses are those in effect through FAC 05-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 423420 with a small business size standard of 100 employees. This requirement is 100% total set aside for service-disabled veteran owned small business concerns and only qualified quoters may submit a quote. The solicitation pricing on www.fedbid.com will start on the date this solicitation is posted and will end on the date and time specified elsewhere in this quotation or as otherwise displayed at www.fedbid.com.
 
Web Link
www.fedbid.com (b-59683_01, n-9909)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01462204-W 20071205/071203225938 (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.