Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
MODIFICATION

W -- Paper Shredder

Notice Date
3/2/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
P. O. BOX 105095, FT. IRWIN, CA 92310
 
ZIP Code
92310
 
Solicitation Number
NTC-10-05-33
 
Response Due
3/4/2010
 
Archive Date
8/31/2010
 
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
Total Small Business
 
Description
AMENDMENT NOTICE: 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 NTC-10-05-33 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 532420 with a small business size standard of $25.00M. This requirement is a [ Small Business ] set-aside 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 2010-03-04 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 Irwin requires the following items, Meet or Exceed, to the following: LI 001, Cross-Cut Commercial Shredder. The contractor shall provide shredder which has a 100 percent Jam Proof System that electronically measures paper thickness to eliminate paper jams and power through tough jobs. The shredder shall be able to electronically measure paper thickness to prevent paper jams. Shredder shall have SafeSense Technology to stop the shredder immediately when hands are too close to the paper opening. Shredder shall have Level 3 security which should be able to shred 22 sheets of paper per pass into 5/32 x 1-1/2 confetti and shreds CDs, DVDs, credit cards and paper clips. 22-gallon waste basket and continuous duty motor for nonstop shredding. Mess reduction feature to reduce flyaway shreds and prevents paper buildup on cutting system. Shredder shall move easily on four casters. Contractor shall start set up when installed to ensure set up is complete and equipment is serviceable and ready for use on the first POP day by 1200. Contractor shall answer any maintenance calls within 4 hours. All repairs must be accomplished within 12 hours. Any repairs or replacements for the leased equipment not serviced within 12 hours will not be charged to the U.S. Government. The contractor shall provide all necessary parts, equipment and maintenance necessary to assure proper and continuous, 24 hour, functioning of the equipment including weekends and holidays. Vendor must comply with all requirements in order to access the installation. Please note, due to the nature of the training exercises conducted, the POP dates may slightly. In the event this happens, the Contracting Officer will notify Contractor within 12-24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. Location of Service: FOB SEATTLE. Period of Performance: 10 Mar - 28 Mar 2010., 2, EA; LI 002, Cross-Cut Commercial Shredder. The contractor shall provide shredder which has a 100 percent Jam Proof System that electronically measures paper thickness to eliminate paper jams and power through tough jobs. The shredder shall be able to electronically measure paper thickness to prevent paper jams. Shredder shall have SafeSense Technology to stop the shredder immediately when hands are too close to the paper opening. Shredder shall have Level 3 security which should be able to shred 22 sheets of paper per pass into 5/32 x 1-1/2 confetti and shreds CDs, DVDs, credit cards and paper clips. 22-gallon waste basket and continuous duty motor for nonstop shredding. Mess reduction feature to reduce flyaway shreds and prevents paper buildup on cutting system. Shredder shall move easily on four casters. Contractor shall start set up when installed to ensure set up is complete and equipment is serviceable and ready for use on the first POP day by 1200. Contractor shall answer any maintenance calls within 4 hours. All repairs must be accomplished within 12 hours. Any repairs or replacements for the leased equipment not serviced within 12 hours will not be charged to the U.S. Government. The contractor shall provide all necessary parts, equipment and maintenance necessary to assure proper and continuous, 24 hour, functioning of the equipment including weekends and holidays. Vendor must comply with all requirements in order to access the installation. Please note, due to the nature of the training exercises conducted, the POP dates may slightly. In the event this happens, the Contracting Officer will notify Contractor within 12-24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. Location of Service: FOB KING. Period of Performance: 10 Mar - 28 Mar 2010., 1, EA; LI 003, Cross-Cut Commercial Shredder. The contractor shall provide shredder which offers a 100 percent Jam Proof System that electronically measures paper thickness to eliminate paper jams and power through tough jobs. The shredder shall be able to electronically measure paper thickness to prevent paper jams. Shredder shall have SafeSense Technology to stop the shredder immediately when hands are too close to the paper opening. Shredder shall have Level 3 security which should be able to shred 22 sheets of paper per pass into 5/32 x 1-1/2 confetti and shreds CDs, DVDs, credit cards and paper clips. 22-gallon waste basket and continuous duty motor for nonstop shredding. Mess reduction feature to reduce flyaway shreds and prevents paper buildup on cutting system. Shredder shall move easily on four casters. Contractor shall start set up when installed to ensure set up is complete and equipment is serviceable and ready for use on the first POP day by 1200. Contractor shall answer any maintenance calls within 4 hours. All repairs must be accomplished within 12 hours. Any repairs or replacements for the leased equipment not serviced within 12 hours will not be charged to the U.S. Government. The contractor shall provide all necessary parts, equipment and maintenance necessary to assure proper and continuous, 24 hour, functioning of the equipment including weekends and holidays. Vendor must comply with all requirements in order to access the installation. Please note, due to the nature of the training exercises conducted, the POP dates may slightly. In the event this happens, the Contracting Officer will notify Contractor within 12-24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early Location of Service: JSS AL JAFF. Period of Performance: 10 Mar - 28 Mar 2010., 1, EA; For this solicitation, USA ACA Fort Irwin 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 Irwin 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 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 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 (CCR) 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 The Government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. Contractor shall remove all contracted leased equipment from the specified locations within 48 hours after the period of performance ends. Should contracted leased equipment remain in place beyond 48 hours, the Government is not liable for usage, theft, lost, damages, or replacement cost due to contractor's negligence to take possession of owned items. The contractor shall coordinate with the Contracting Offers Representative (COR) at each site to assure placement at correct locations. COR will fill out a pre and post inspection sheets verifying that items have been delivered and are operational per spec of the contract. Contractor must stand by until these inspections are complete. Items many require to be relocated within the same general location. Unit should have the ability to relocate as required. If items cannot be relocated by unit then the contractor is responsible for relocating items within the same general location. The contractor shall coordinate with the Contracting Officer's Representative (COR) at each site to assure placement at correct locations. Sellers must present their representations and certifications, upon request, through the Online Respresentatives and Certifications Application (ORCA) at http://orca.bpn.gov The Government reserves the right to make multiple awards to meet said requirements if it is in the better interest and of better value to the Government. Therefore, Sellers are permitted to submit partial bids for this request by CLIN and by quantity. Sellers must provide with their bid descriptions accurate information in regards to the quantities and CLINS to which they are or are not bidding. Lack thereof requested information, may result in removal from the competition and/or sellers' offer may not be evaluated for award. For assistance in submitting partial bids on this request, please contact clientservices at clientservices@fedbid.com or 1-877-933-3243. The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon Best Value. Offerors will be evaluated based on price and availability with all factors being equal. Bid must be good for 60 days after close of buy or the last Period of Performance of solicitation. The U.S. Government shall not be charged for early return of any leased equipment. The Contractor shall be resposible be responsible for conducting a pre and post inspection with the Contracting Officer's Representative of all leased equipment. See attached requirements for movement in/out of the Ft. Irwin training area.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/789cad3aae64e3f062a6b35d1ba6eabc)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02080118-W 20100304/100302234610-789cad3aae64e3f062a6b35d1ba6eabc (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.