Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

36 -- Thermal Printer/Cutter

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B2X29155A001
 
Archive Date
8/1/2009
 
Point of Contact
Catherine Terrill, Phone: 01638522354, Brian E Sonnier, Phone: 44 1638 522234
 
E-Mail Address
catherine.terrill@lakenheath.af.mil, brian.sonnier@lakenheath.af.mil
(catherine.terrill@lakenheath.af.mil, brian.sonnier@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F3B2X29155A001 Posted Date: Jul 09, 2009 Original Response Date: Jul 17, 2009 Classification Code: 3695- Misc special industry machine Set Aside: N/A Naics Code: 334119 - Other Computer Peripheral Equipment Manufacturing Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270 Description COMBINED SYNOPSIS/SOLICITATION - One (1) Summa Durachrome 4 Thermal Printer/Cutter or equal with installation and training for aircraft decals. I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes (to include a price quote for ALL CLINS) on RFQ reference number F3B2X29155A001. III. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-34. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 334119. V. This combined synopsis/solicitation is for the following commodity: CLIN 0001 - One (1) Summa Durachrome 4 Thermal Printer/Cutter, or equal, in accordance with the below salient characteristics: Contractor shall provide all tool, equipment, materials, labor, parts, and transportation necessary to supply and install a Thermal Printer/Cutter to print thermal vinyl for the exterior markings on the wing's assigned aircraft, KC-135R. The system will need to have a finished printed size capacity of 50 inches. The printer will need to be compatible with the existing and currently used software, the AF standard Omega and Graphic Advantage software for graphic renderings. Printing speed: 93 Ft 2/hour (8.7 m 2) Spot; 34 Ft 2/hour (3.2 m 2) Process CMY Cutting speed: 24 inches-per-second (600 mm/sec) max Printing resolution: 609 x 304 dpi (24 x 12 dpmm) maximum hardware; 609 x 609 apparent dpi (24 x 24 dpmm) software Cutting resolution: 0.001" (0.025 mm), 0.005" (0.1 mm) selectable Media width: Variable width from 24 - 54 inches (61cm - 137cm) Printing production width: Up to 50.2 inches wide (127.5 cm) Cutting production width: Up to 50.2 inches wide (127.5 cm) Media loading: Built-in auto alignment system Media drive: Active-steering drive using variable-position traction-feed pinch rollers Media tracking: Built-in optical laser tracking system Media supply: Built-in motorized media supply and take-up rollers Memory: RAM (cache): 64 MB; Hard disk (reprint storage): 2 GB Interface: USB 2.0 and Centronics parallel Baud rate: USB 2.0: (1.5Mbps & 12Mbps); Parallel: up to 38,400 baud File support: EPS, PDF and all generic PostScript Power requirements: Connection: standard UK power outlet; requirement:100-240 Vac, 48-62 Hz, 85 VA max Operating environment: 60°F to 90°F (15°C to 32°C) Part# Description Qty DC4-2E Summa Durachrome 4Thermal Printer/Cutter (or equal) 1 OTHER REQUIREMENTS: Vendor must provide delivery, installation and training. Quotation shall be one LUMP SUM for entire system, including installation and required service as described above. VI. Delivery FOB Destination to: 100th MXS/MXMX Bldg 814 RAF Mildenhall Bury St Edmunds IP28 8NG VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), and its addenda as it applies to this acquisition. Please see the addenda below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. X. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jul 2009). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. XII. FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2009) (Deviation). XIII. The following clauses are also applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.225-7042, Authorization to Perform; DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties; DFARS 252.229-7006, Value Added Tax Exclusion (United Kingdom); DFARS 252.229-7008, Relief from Import Duty (United Kingdom); DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.233-7001, Choice of Law (Overseas) XIV. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. XV. N/A XVI. Quotes are required to be received no later than 12:00 pm EST, Eastern Standard or 5:00 pm GMT, Greenwich Mean Time, Wednesday, July 17, 2009, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed (see paragraph X above). If there are any questions on the requirements feel free to contact me at (011) (44) 1638 522354. Quotes shall be delivered via email to catherine.terrill@lakenheath.af.mil XVII. Please direct any questions regarding this solicitation to Catherine Terrill, Contract Specialist, Phone (011) (44) 1638 522354, Email catherine.terrill@lakenheath.af.mil Brian Sonnier, Contracting Officer, Phone (011) (44) 1638 522234, Email brian.sonnier@lakenheath.af.mil. Place of Performance Address: Physical: 100th MXS/MXMX Bldg 814 RAF Mildenhall Bury St Edmunds, IP28 8NF, United Kingdom Addenda to 52.212-1 Addenda As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Instructions to Vendors -- Commercial Items (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) Reserved (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Reserved (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (d) Reserved (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Reserved (g) Contract award. The Government intends to evaluate quotations as described in FAR 13.106-2. (h) Reserved (i) Reserved (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) The contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the internet at https://wawf.eb.mil/. (End of Addenda) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B2X29155A001/listing.html)
 
Place of Performance
Address: Aircraft Structural Maintenance Craftsman, 100 ARW /PA RAF Mildenhall, BLDG 814, Bury St Edmunds, Bury St Edmunds, IP28 8SU, United Kingdom
 
Record
SN01872571-W 20090712/090711001509-ad75172f2f7a97f3b7995a0b1056759d (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.