Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

74 -- COMPUTERIZED MAT CUTTER WITH TRADE-IN

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Building 5700 Room 380, Fort Rucker, AL 36362
 
ZIP Code
36362
 
Solicitation Number
W9124G-09-T-0192
 
Response Due
9/18/2009
 
Archive Date
3/17/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, 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 W9124G-09-T-0192 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423420 with a small business size standard of 100.00 employees. This requirement is unrestricted 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 2009-09-18 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA Fort Rucker requires the following items, Brand Name or Equal, to the following: LI 001, COMPUTERIZED MAT CUTTER, MODEL NO. CMC 8500e, OR EQUAL WITH TRADE-IN (CREDIT) OF EXISTING MAT CUTTER; TRADE IN MODEL NO. CMC 8500). *SPECS MUST BE PROVIDED WITH QUOTE, IF QUOTING EQUAL.MINIMUM SPECIFICATIONS:Length - 72"Height - 52"Depth - 12"Hardware Components - Synchronous stepping motors, guide tracks, roller bearing, cutting head, 80 PSI pneumatic regualtor, 80 volt driver pack, low waste air clamps, CMC Convertible Stand, Decorative Debossing Package, SwitchBlade Technology. Cutting Specification: Minimum border - 1/4", accommodates full 40" x 60" mat board, mimimum cut 1/16" rectangle, minimum radius 1.0". Blade depth adjustment dial used to cut up to 8-ply rag mat board. Electrical requirements 110 V outlet.PC Specifications: Pentium rated computer with 512 MB RAM, 80 Gig HD or higher, CD-ROM, Keyboard, Mouse, Color display monitor, Network capable.Software included: Windows XP, All necessary Machine Requirements, Any applicable MatDesigner software. The MatDesigner software shall have over 100 pre-designed templates and an extensive clip-art library for easy-to-cut, specialty cuts.Software is compatible with the following POS programs: IF Retail Management, FrameReady, LifeSaver, Specialty Software and FullCalc (WinCalc).Additional Items Included: Free MatDesigner software upgrades, user's manual, 45 degree blades, 90 degree blades, 2-year warranty on parts, 12-month warranty on CPU, unlimited telephone and high speed internet access technical support.SUBJECT TO AVAILABILITY OF CERTIFIED FUNDING, 1, EA; LI 002, FREIGHT DELIVERY OF NEW MAT CUTTER, MODEL 8500e OR EQUAL, AND DELIVERY TO RETURN EXISTING EQUIPMENT (MODEL 8500).SUBJECT TO AVAILABILITY OF CERTIFIED FUNDING, 2, EA; LI 003, INSTALLATION AND ONSITE TRAINING FOUR HOURS OF ONSITE TRAINING, AT A MINIMUM, SHALL INCLUDE: An explanation and Demonstration for calibrating the computerized mat cutter, for using the Machine's Debosser, and for Replacing the hoses; Proper method of cutting letter mats; Proper method of cutting graphics into mats; Methods for trouble shooting; and Answers to questions that may arrise during the designated training period. INSTALLATION, AT A MINIMUM SHALL INCLUDE:Contractor shall attach and properly allign all components; Program the machine; and Test the Machine to ensure that it is operational.SUBJECT TO AVAILABILITY OF CERTIFIED FUNDING, 1, EA; For this solicitation, USA ACA Fort Rucker 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. USA ACA Fort Rucker 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. 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. 52.243-1, 52.243-1 -Changes- Fixed-Price. 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, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions 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. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Data Universal Numbering System (DUNS) Number (APR 2008) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ``DUNS'' or ``DUNS+4'' followed by the DUNS number or ``DUNS+4'' that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ X] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Rome at 800-553-0527 or faxed to 877-575-3332. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at https://myinvoice.csd.disa.mil/. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [X ] Invoice and receiving Report (COMBO) CAGE CODE: ISSUE BY DODAAC: W9124G ADMIN BY DODAAC: W9124G INSPECT BY DODAAC: W31BMS ACCEPT BY DODAAC: W31BMS SHIP TO DODAAC: W31BMS PAYMENT OFFICE FISCAL STATION CODE: HQ0105 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: aida.diazcarter@us.army.mil ACCEPTOR: aida.diazcarter@us.army.mil RECEIVING OFFICE POC: aida.diazcarter@us.army.mil CONTRACT ADMINISTRATOR: carrie.eastburn@us.army.mil CONTRACTING OFFICER: elnora.smithkillings@us.army.mil Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.222-22 -- Previous Contracts and Compliance Reports. Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) TRADE-IN MODEL SHALL BE REMOVED UPON INSTALLATION OF NEW MACHINE.0
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK31/W9124G-09-T-0192/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01953109-W 20090916/090915000010-ad9fe8132cc233a9ed2fe16de93d59ae (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.