Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

70 -- Toner

Notice Date
9/9/2008
 
Notice Type
Modification/Amendment
 
NAICS
424120 — Stationery and Office Supplies 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, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XTB98193A004
 
Response Due
9/12/2008 11:45:00 PM
 
Archive Date
9/13/2008
 
Point of Contact
Terrell R Russell, Phone: 334-315-5866, Keaston D. Simmons,, Phone: 334-953-6615
 
E-Mail Address
terrell.russell@maxwell.af.mil, keaston.simmons@maxwell.af.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F2XTB98193A004 is being issued as a Request for Quote using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and the Defense Federal Acquisition Regulations (DFARS) change notice 20080812. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This acquisition is for the Air Force 908th MXG/MOFB, Maxwell AFB, Alabama. This procurement will be fulfilled utilizing 100% small business set-aside. The North American Industrial Classification System Code is 424120 with a small business size standard of 100 employees. This is an all or nothing requirement, contractors must be able to quote and provide all items requested. The Government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001- Black Toner Cartridges for Lexmark T644 Printers. P/N: Lexmark 64075HA or equal* QUANTITY - 88 EACH CLIN 0002- Jumbo Black Toner Cartridges w/ smart chip for HP LasterJet 4200dtn Printers Printing Capacity: 18,000 pages. P/N: HP Q1338A. or equal* QUANTITY - 94 EACH CLIN 0003- Black Toner Cartridges for HP LaserJet 250 Printers. P/N: HP Q5942X or equal* QUANTITY - 12 EACH CLIN 0004- Printer Toner Cartridges for Lexmark Optra T614 Printers. P/N: Lexmark 12A5840 or equal* QUANTITY - 4 EACH *Or equal products MUST meet the specifications of the name brand items listed. No remanufactured or refurbished items will be accepted. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section: Price; The offeror must provide a price for each contract line item number (CLIN 0001-CLIN 0004). Shipping charges shall be included in the price for the item. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized. For quotations determined technically acceptable, a best value selection based on price will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will then be based on price. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government's best interest. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-3, Alternate I Offeror Representations and Certifications- Commercial Items Alternate I and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration, and Add paragraph (w) AFFARS 5352.201-9101 Ombudsman's. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clause under paragraph (a) is applicable: 52.233-3, Protest After Award. The following clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor sales to the Government Alt I, 52.219-352.222-3, Convict Labor, 52.222-19, Child Labor, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities, 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 252.225-7001 Buy American Act--Balance of Payments Program Certificate.; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 Alt III, Transportation of Supplies by Sea. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Deviation), and 52.222-50, Combating Trafficking in Persons apply to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors. The following local clauses shall also to be adhered to: Maxwell 114, Required Poster for All Open Market Commodities and Services, and Maxwell 119, WAWF- Electronic submission of invoice. Local clauses will be incorporated full text into the award document. Parties interested in viewing local clauses in full text may contact Terrell Russell at terrell.russell@maxwell.af.mil The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Offerors must also have all online representations and certifications completed prior to submission of quote. Any Offerors whose name appears on the debarment list will be immediately eliminated from consideration. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 11:45 pm CST on Friday, 12 September 2008. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-3341 attn: Terrell Russell, e-mailed to terrell.russell@maxwell.af.mil, or mailed to 42 CONS/LGCB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=afe89e135d8f2b36027d1822ca3d963f&tab=core&_cview=1)
 
Place of Performance
Address: 225 West Ash Street Bldg. 845, Maxwell Air Force Base, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01664382-W 20080911/080909221741-afe89e135d8f2b36027d1822ca3d963f (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.