Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

58 -- Secure Fax Equipment

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-09NA29588
 
Response Due
8/17/2009
 
Archive Date
2/17/2010
 
Point of Contact
James P Cochran, Contracting Officer, 505-845-6069,jcochran@doeal.gov;James P Cochran, Contract Specialist, 505-845-6069,<br />
 
E-Mail Address
James P Cochran, Contract Specialist
(jcochran@doeal.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared 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; proposals are being requested and a written solicitation will not be issued. The NAICS Code is: 334210; Business Size: 1000. This requirement is set aside for small business. Solicitation/Purchase Request number DE-RQ52-09NA29588.000 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-35 effective 14 July 2009. The Government intends to award two (2) contract line numbers: CLIN Item Description FSC PSC Qty U/I Unit price Extended Price 0001 Fax Machine or equal Salient Characteristics: Laser toner based 20 ppm Upto 2400 x 600 dpi output Windows/MAC drivers PCL6 and Postscript Level 3 Fax: 30 pages ADF Speed 33.6Kbps Resolution: 200 dpi Scan Width: 8.5 Max One-Touch/Auto Dials: 10/200 Gray Scale: 64 Levels Paper Tray: 250 sheets max, A4, Letter, Legal, Executive Manual Feeder: Width 2.75-8.5; Length: 4.56 16 Memory 32 Mb Volatile (turning Off power clears image memory Interfaces: RJ-11, IEEE 1284 bi-directional parallel, USB, and LAN (Ethernet 10/100 Base-TX, TCP/IP No Cables for parallel, USB, and LAN required. 5805 10 Each 0002 Secure Facsimile Gateway or Equal: Salient characteristics: Dual Mode Function as a secure or non-secure fax (User Selectable); Compatible with secure telephones/cryptos: All US Govt STE, STUII, and STU-IIIA, STU-II, and KG-84; Physical Interfaces: (5) Secure telephone (DB-25F/RS-232 Digital), 6 integral Cable, secure telephone (RJ-11C Analog), Phone Line (RJ-11C, COTS FAX (RJ-11C), and AC power Supply ( Input: 100-240 VAC Auto Sensing, 50-60 Hz; Output: 5 VDC, 4A Regulated (UL, cUL, CE)) 5810 10 Each The contractor shall deliver all items to: US Department of Energy, OST, ATTN: Carlos Cisneros, Pennsylvania & K streets, Bldg. 20397, Albuquerque, NM 87117 DESIRED DELIVERY DATE: September 30, 2009 FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1 In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price and other factors. Offeror will be evaluated in accordance with FAR 13.106-2; Award will be made relative to best overall value. Best value may include, but is not limited to: technical capability, quality, probable life, warranty, maintainability, past performance, and price. Offers must meet all minimum specifications, but offers which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: 52.219-6; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-22: 52.222-25; 52.222-26; 52.222-36; 52.232-33; 52.247-64; and addendum 52.225-3 Alt I; 52.225-4 Alt I; and 52.247-34. FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/; FAR 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/; Solicitation responses must contain offerors prompt payment discount terms (if any), proposed delivery date, and warranty terms. LOCAL I001 Important Invoicing Information (JUL 2007) - Invoicing Instructions - 1. The following instructions are provided for submission of vouchers requesting reimbursement. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. a. Vendors shall submit vouchers electronically through the Oak Ridge Financial Service Center's (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allows vendors to check the payment status of any voucher submitted to the DOE. To obtain access to and use VIPERS, please visit the web page at <http://finweb.oro.doe.gov/vipers.htm>. Detailed instructions on how to enroll and use the system are provided on the web page. b. Each invoice shall include the following: I. Name and address of the Contractor; II. Invoice date and number; III. Contract number, contract line item number and, if applicable, the order number; IV. Description, quantity, unit of measure, unit price and extended price of the items delivered; V. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; VI. Terms of any discount from prompt payment offered; VII. Name and address of official to whom payment is to be sent; VIII. Name, title, and phone number of person to notify in event of defective invoice; IX. Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. X. Electronic funds transfer (EFT) banking information. c. The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. d. If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. e. EFT banking information is not required if the Government waived the requirement to pay by EFT. 2. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. Funds are currently available for this contract. Quotes must be valid for 45 calendar days after solicitation closing. Questions, technical literature, warranty information, and other documents can be submitted to Jim Cochran, Contract Specialist, via email at jcochran@doeal.gov or by Fax at (505) 845-4067. All offers are due no later than 11:00 AM (Mountain Daylight Time) 17 August 2009. Offers may be emailed to: jcochran@doeal.gov or faxed to (505) 845-4067; ATTN: Jim Cochran ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ52-09NA29588/listing.html)
 
Record
SN01900591-W 20090807/090806001641-1672ef60e66dff9e1691478a9dbca5ae (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.