Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

74 -- HP PRINTERS or EQUAL

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KOAIN0RI024
 
Archive Date
3/26/2010
 
Point of Contact
Michael S. Raynack, Phone: 6146930692, Steven E Preiner, Phone: 6146930142
 
E-Mail Address
Michael.Raynack@DFAS.MIL, steven.preiner@dfas.mil
(Michael.Raynack@DFAS.MIL, steven.preiner@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for HP Printers or equivalent prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation with the solicitation number, issued as a request for quotation (RFQ). To obtain a copy of the Contract Line Item Descriptions, Point of Contact: Michael Raynack DFAS Contract Services Directorate; 3990 E. Broad Street; Bldg 21, Room 2B218; Columbus, OH 43213-1152 Phone Number: 614-692-0692; Fax Number: 614-693-5674; e-mail: Michael.Raynack@dfas.mil. QUESTIONS: Please e-mail any questions concerning this solicitation to both the POC listed above and to the Contracting Officer below. We will allow seven days for questions from issue date. CONTRACTING OFFICER: Steven E. Preiner Phone Number: 614-693-8991 e-mail: Stven.Preiner@dfas.mil SET-ASIDE: This requirement is not Set-Aside for Small Business and the associated NAICS code is 423430, Peripheral equipment, computer, merchant wholesalers and the small business size standard is $23,000,000.00. DESCRIPTION: is to obtain brand name HP Printers or equal for the BMO Site Support office and all the requirements with salient features will be listed in the Description of Requirements (DOR) within this document. BASIS OF AWARD: The contract will be awarded based on the lowest priced technically acceptable offer. Price;- This is a proposed Firm Fixed Price (FFP) contract type. The offeror shall provide a FFP amount for each of the items listed in the proposed Contract Line Item Numbers (CLINs): SHIP TO ADDRESS: DoDAAC: HQ0483 DFAS-IN Warehouse, Suite 315, W.End Bldg #3 3250 N. Post Road, ATTN: Robin Spancake Indianapolis, IN 46249 CLINs: 1. MANUF PART #: CE459A#201 HP LASERJET P2055dn PRINTER, POWER CORD, ETC or EQUAL, QUANTITY 113 Ea. 2. MANUF PART #: UK929E HP 3 YR NBD EXCHANGE LASERJET P2035 or P2055 HARDWARE SERVICE or EQUAL, QUANTITY 113 Ea. 3. MANUF PART #: CB516A#201 HP LASERJET P4515X PRINTER – PRINT CARTRIDGE, GUIDE, CD, POWER CORD, ETC or EQUAL, QUANTITY 19 Ea. 4. MANUF PART #: UJ516E HP LASERJET P4515 HARDWARE SUPPORT or EQUAL, QUANTITY 19 Ea. 5. MANUF PART #: CC494A#BGJ HP COLOR LASERJET ENTERPRISE CP4525DN PRINTER- PRINT CARTRIDGE, GUIDE, ETC or EQUAL, QUANTITY 5 Ea. 6. MANUF PART #: UT443e HP 3YR 4 HOURS 9X5 COLOR LASERJET CP4525DN SUPPORT or EQUAL, QUANTITY 5 Ea. The above recommended CLIN structure represents the Brand Name HP Printers and Support. If quoting an Equal product this offeror must provide information which substantiates that it meets the salient features indicated below. The Brand Name Salient Features: 1. Performance specifications for (5) Laserjet (LAN) Color Printers : a. Print Speed, black: (normal quality mode) Up to 42 ppm b. Print Speed, color: (normal quality mode) Up to 42 ppm c. First page out (black): As fast as 9.5 sec d. First page out (color): As fast as 9.5 sec e. Print resolution, black: Up to 1200x1200 dpi f. Print resolution, color: Up to 1200x1200 dpi g. Print technology: Laser h. Monthly duty cycle: Up to 120,000 pages I. Recommended monthly print volume: 2500 to 10000 pages j. Print languages standard: HP PCL 6; HP PCL 5c; HP postscript level 3 emulation; direct PDF printing v 1.4 k. Hard disk: Optional, HP Secure High Performance embedded hard disk l. Processor speed: 800 MHz m. Memory, standard: 512 MB n. Memory, maximum: 1 GB (1024 MB) 2. The (19) Laserjet (LAN) B&W Printers must meet these spec’s: a. Print Speed, black: Up to 62 ppm (best quality mode) b. Print Speed, black : Up to 62 ppm (normal quality mode) c. First page out (black): As fast as 8.5 sec d. Monthly duty cycle: Up to 275,000 pages e. Recommended monthly print volume: 5,000 to 20,000 pages f. Print quality, black: Up to 1200 x 1200 dpi g. Resolution technology: HP RET, HP FastRes 1200, HP ProRes 1200, HP 600 dpi, HP 300 dpi or EQUAL h. Cartridges: 1 Black i. Paper tray(s), standard: 3 j. Paper tray(s), maximum: 6 k. Input capacity, standard: Up to 1,100 (Multipurpose Tray: up to 100 sheets; Tray 2:up to 500 sheets ; Tray 3: up to 500 sheets) 3. The (113) LaserJet Printers must meet these spec’s a. Print Speed, black: Up to 35 ppm (best quality mode) b. Print Speed, black : Up to 35 ppm (normal quality mode) c. First page out (black): As fast as 8.0 sec d. Monthly duty cycle: Up to 50,000 pages e. Recommended monthly print volume: 750 to 3000 pages f. Print quality, black: Up to 1200 x 1200 dpi g. Resolution technology: HP Prores 1200, HP Fastres 1200 or EQUAL h. Cartridges: 1 Black 4. Regulatory specifications for the system if applicable (hardware and all software installed): a. Must support Public Key Infrastructure (PKI) authentication technologies employed in the DoD Common Access Card (CAC) as required by DoD instruction 8520.2 ANTICIPATED PERIOD OF PERFORMANCE/ DELIVERY SCHEDULE: Request you quote your best delivery for the above referenced equipment. The purchase of Firewall Hardware will take place within 30 days, and POP does not apply.The inspection and acceptance and F.O.B. will be at destination. The following provisions apply to include any addenda- FAR 52.212-1, Instruction to Offerors-Commercial; 52.212.2, Evaluation- Commercial Items, FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (offerors are to complete when returning their offer); FAR 52.212-4, Contract Terms and Conditions- Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition. FAR 52.211-6 Also applies and is provided in full text as follows: 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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (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. The Government Intends to include the following DFAS, FAR, and DFARS Clauses and Provisions, either by Reference or in full text in the resulting award: DFAS 252.223-9000 Environmentally Preferable products; DFAS 252.232-9000 WAWF Instructions. Offers are due March 11, 2010 at 5:00 PM EST to Defense Finance and Accounting Service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOAIN0RI024/listing.html)
 
Place of Performance
Address: DFAS-IN Warehouse, Suite 315, W.End Bldg #3, 3250 N. Post Road, Indianapolis, Indiana, 46249, United States
Zip Code: 46249
 
Record
SN02068406-W 20100220/100218235003-39fe68d55943a4f2853e60d0bb4f4b44 (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.