Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2008 FBO #2510
SOLICITATION NOTICE

W -- Color Copier

Notice Date
10/8/2008
 
Notice Type
Modification/Amendment
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-R-0001
 
Response Due
10/10/2008 3:30:00 PM
 
Archive Date
10/25/2008
 
Point of Contact
Jenna D Loreto,, Phone: 315/330-2260
 
E-Mail Address
jenna.loreto@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-R-0001 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080915. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 423420 and small business size standard is 500. The contractor shall provide the following items on a firm fixed price basis: One (1) production level configuration color copier. The following specifications are a requirement of the need within a copy machine: i. Durability to withstand high volume printing and copying ii. 65 pages per minute in full color and monochrome engine copier, printer and scanner iii. CREO Print Controller iv. Document Feeder- Automatic v. Hard Disk drive with additional disk space and memory upgrade vi. Staple finisher with multi-position stapling up to100 pages vii. Folding unit with 6 different folds, 2-3 hole punch, and post sheet inserter viii. Saddle stitcher capable of 200 page books with face trim ix. Paper feed unit: dual 3,000 sheet feeders total 6,000 additional sheets with dual large capacity paper tray x. Internal print driver and scan driver including installation and training xi. Production feeding and finishing options- Perfect binder glue binding 15- 300 pages xii. Production feeding and finishing options- Print Shop mail 5.X Windows Fiery Version xiii. Dehumidification heater- needed for feeding unit The copier must provide consistent color, calibration and alignment when networked to existing Ikon brand copiers and printers. Maintenance: Full maintenance on the machine to include all parts and labor, a 24 hour response time, a full supply of toner and a print allowance of a minimum of 20,000 color prints per month. The period of performance will be 22 October 2008 through 21 October 2009 with a possibility of the following option years: Option Year 1 22 October 2009 -21 October 2010 Option Year 2 22 October 2010 -21 October 2011 Option Year 3 22 October 2011 -21 October 2012 Option Year 4 22 October 2012 -21 October 2013 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 22 October 2008. The place of delivery, acceptance and FOB destination point is F4HBM3/Transportation Officer Depot 2 148 Electronic Parkway M/F: RIOLM Rome, NY 13441-4516 The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3:30PM, 10 October 2008. Submit to: AFRL/RIKO, Attn: Jenna Loreto, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to Jenna.Loreto@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description/specifications of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: (i) technical capability/specifications of the item offered to meet the Government requirement; (ii) price; All evaluation factors other than price, when combined, are approximately equal to price. Note: Please use the attached Bid Schedule for Lease/Maintenance Pricing for base and option years. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2008), ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their offer/proposal. In addition, offerors shall complete and submit the representations and certifications at 52.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause 52.217-5, Evaluation of Options (Jul 1990), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) 252.227-7015, Technical Data--Commercial Items (NOV 1995)). 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) 252.211-7003, Item Identification and Valuation (JUN 2005) 252.246-7003, Notification of Potential Safety Issues (JAN 2007). 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=830dd0626de433d1e17b42373493f30f&tab=core&_cview=1)
 
Record
SN01689761-W 20081010/081008214924-830dd0626de433d1e17b42373493f30f (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.