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

70 -- Toner for Printers, Copiers, and Fax Machines

Notice Date
9/4/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, Office of Acquisition TSA-25, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-08-Q-RES687
 
Response Due
9/10/2008
 
Archive Date
3/9/2009
 
Point of Contact
Name: Elizabeth Lusby, Title: Contract Specialist, Phone: 5712272534, Fax: 5712273219
 
E-Mail Address
elizabeth.lusby@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
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, 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 HSTS01-08-Q-RES687 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334113 with a small business size standard of 1,000 employees. 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 2008-09-10 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, Lexmark - Toner cartridge - 1 x black - 5000 pages T630 T632 T634 Unisys UDS 140, 18, EA; LI 002, HP 38A - Toner cartridge - 1 x black - 12000 pages LJ 4200, 9, EA; LI 003, HP 42A - Toner cartridge - 1 x black - 10000 pages LJ 4250, 9, EA; LI 004, HP 29X - Toner cartridge - 1 x black - 10000 pages LJ 5000, 6, EA; LI 005, HP 13X - Toner cartridge - 1 x black - 4000 pages LJ 1300, 9, EA; LI 006, Brother TN540 - Toner cartridge - 1 x black - 3500 pages, 18, EA; LI 007, Brother TN250 - Toner cartridge - 1 - 2200 pages, 9, EA; LI 008, Lexmark - Toner cartridge - 1 x black - 6000 pages, 9, EA; LI 009, Lexmark - Toner cartridge - 1 x black - 5000 pages T630 T632 T634 Unisys UDS 140, 18, EA; LI 010, Panasonic UG 5510 - Toner cartridge black - 9000 pages, 6, 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Transportation Security Administration 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 clientservices@fedbid.com (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 selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.203-6, 52.219-6, 52.219-14, 52.225-1, 52.225-3. The Buy American Act applies. All products offered must be a US domestic end product. FAR clause 52.225-1 and 52.225-13 apply. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. Vendors must also be currently registered and have a valid certification in the Online Representation & Certifications Application (https://orca.bpn.gov). The following FAR clauses are hereby incorporated by reference with full effect and are viewable at the following web link: http://www.arnet.gov/far/current/html/ The offerors must advise of their delivery company. Historically UPS has refused to provide the required delivery information. The Delivery company must supply the following 24 hours in advance: Full Name, SSN#, Date of Birth, Place of Birth, Citizenship, Truck Information (Make, Model and Tag) Driver must be a US Citizen and if Foreign Born must provide proof. Truck is subject to search by Security. There is a loading dock onsite that is available. All products must be delivered palletized. DELIVERY SHALL BE MADE ON A QUARTERLY BASIS. EXACT QUANTITY AND DELIVERY DATES ARE PROVIDED IN "ATTACHMENT 1-DELIVERY SCHEDULE". Quotations are to be submitted as all or none. Award will be based on best value considering price, availability of ample product supply, and delivery availability. The chosen vendor may be contacted for occasional replacement deliveries which may be ordered with a government purchase card at the price per unit agreed to in any resultant contract herein. No compatibles. Must bid new equipment only. (No refurbished, no like-MFR will be accepted!) The vendor may not substitute any item listed on this order without prior written approval by Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. Items that do not conform to descriptions and part numbers founds in the buy will be rejected at the time of delivery causing a return at the vendor's expense. Vendors must deliver to the configuration as tested and approved. Items not in compliance will be returned to the vendor at no additional cost to the Government and comments will be noted to vendor performance. Random Quality Assurance will be conducted to ensure vendor/manufacturer conformance. Invoicing will occur upon delivery.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe31f117552cb5fd0d8c0f2162b6c6df&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01660368-W 20080906/080904223130-fe31f117552cb5fd0d8c0f2162b6c6df (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.