Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

74 -- Printer, Copier & Scanner (Combination)

Notice Date
9/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K21-8233-0701
 
Response Due
9/16/2008
 
Archive Date
11/15/2008
 
Point of Contact
Diane Johnson, 801-432-4094<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W67K21-8233-0701 is being issued as a Request for Quotation. Requirement is an UNRESTRICTED acquisition. The NAICS code 334119 applies to this procurement. SPECIFICATIONS: The Utah National Guard has a requirement to purchase 40 each combination Printer, Copier & Scanner machines to be delivered to the Utah National Guard Headquarters in Draper, Utah 84020. Referenced machines shall be Brand Name or Equal to Hewlett Packard, Model M2727NF, LaserJet machines. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/VFDFARA.HTM. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.211-6 Brand Name or Equal (3) FAR 52.212-1 - Instructions to Offerors--Commercial Items (4) FAR 52.212-2 - Evaluation--Commercial Items (5) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (6) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (7) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 - Convict Labor (b) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (c) FAR 52.222-21 - Prohibition of Segregated Facilities (d) FAR 52.222-26 - Equal Opportunity (e) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (f) FAR 52.222-50 - Combating Trafficking in Persons (g) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (h) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (i) FAR 52.233-3 - Protest After Award (j) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (9) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 - Electronic Submission of Payment Requests (b) DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea (10)DFARS 252.232-7010 Levies on Contract Payments EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) offerors capability to provide a quality product that meets the needs of the government; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. INSTRUCTIONS: Offers shall include (1) A detailed cost proposal, to include product and shipping to Draper, Utah 84020; (2) Descriptive literature of items to be provided; (3) List of at least three of the most current past performance references for similar work covered by this solicitation; (4) Completed provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer may cause your offer to be considered non-responsive. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the Central Contractor Registration (CCR) database prior to award. Offerors may obtain information on registration at www.ccr.gov. Offers shall be received NLT 2:00 P.M. MDT on September 16, 2008. Offers may be sent via e-mail to Diane Johnson @ diane.n.johnson@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc4eb868673ba7720166392742ef3060&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT<br />
Zip Code: 84020-2000<br />
 
Record
SN01659584-W 20080906/080904221428-dc4eb868673ba7720166392742ef3060 (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.