Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

70 -- Matan Sprinter B Thermal Transfer Printer

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU780460300
 
Response Due
3/21/2008
 
Archive Date
9/17/2008
 
Point of Contact
Name: Rebecca Ruff, Title: Contract Specialist, Phone: 3157726520, Fax: 3157726406
 
E-Mail Address
rebecca.ruff1@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
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 W16XU780460300 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 453210 with a small business size standard of $6M. This requirement is a [ Small Business ] 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 2008-04-21 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, Exact Match Only, to the following: LI 001, Matan Sprinter B 36" Four-head Thermal Transfer Printer loaded with the following software: Scanvec amiable PhotoPrint Server RIP, on-board SprinterB Driver, Windows XP. One set 36"x50 meter four-color resin ribbons. Sprinter B Spot Chiller Koolant Koolers Model JT1000. On-site installation and training to include set-up and calibration of equipment, software installation, overview of equipment and software with training. Successful print samples. 12 month warranty to include parts and labor., 1, 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, competed, 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. 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. The following FAR clauses cited within 52.212-5 -Contract Terms and conditions are applicable to this acquisition: 52.203-6 - Subcontractor Sales, 52.219-4 - HUBZone, 52.219-6 - Small Business Set Aside, 52.219-8 - Small Business Concerns, 52.219-14 - Linitations on Subcontracting, 52.219-28 - Post award small business program, 52.222-3 - Convict Labor, 52.222-19 - Child Labor, 52.222-21 - Prohibition of segregated facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Equal Opportunity for disabled veterans, 52.222-36 - Affirmative action for workers with disabilities, 52.222-37 - Employment reports on disabled veterans, 52.222-39 - Employee rights concerning payment, 52.222-50 - Combating trafficking in persons 52.223-9 - Recovered Material, 52.225-3 - Buy american act, 52.225-13 - Restrictions on certain foreigh purchases, 52.232-33 - Payment by Electronic funds transfer. 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 acquisition: 252.225-7001 - Buy American Act and Balance of Payments, 252.225-7036 - Buy american Act Free Trade Agreements, 252.232-7003 - Electronic submission of payment requests, 252.232-7010 - Levies, and 252.247-7023 - Transportation of supplies by sea. The full text of both FAR and DFAR clauses may be accessed electronically at http://farsite.hill.af.mil/ FOB Destination CONUS (Continental U.S.) Delivery required no later than 31 March 2008. 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 soliciation will NOT be issued. The solicitation number is W16XU780460300 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 05-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 453210 with a small business size standard of $6.5 million. This requirement is 100% total set-aside for 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. 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. Agencies require completion of the Online Representation and Certification Applications (ORCA) prior to award. Information can be found at https://orca.bpn.gov/
 
Web Link
www.fedbid.com (b-63366_03, n-11109)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01535295-W 20080320/080318224530 (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.