Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

74 -- Copier Purchase / Services - Combined Synopsis Solicitation Addendum

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-10-R-0012
 
Point of Contact
Jose-Luis Gallagher, Phone: 202 551 7473, Carnell Mosley, Phone: 202.551.8049
 
E-Mail Address
gallagherjo@sec.gov, mosleyc@sec.gov
(gallagherjo@sec.gov, mosleyc@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation Addendum (i) This is a Combined Synopsis/Solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement and its addendum constitute the only solicitation. Quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract for Copier machines. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation request for proposal (RFP), is issued as a full and open competition. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text (iv) The NAICS code is 423420 and size standard is 100 employees. (v) This combined synopsis/solicitation contains firm fixed price, indefinite delivery indefinite quantity contract line item numbers (CLINS), firm fixed price optional line items and not to exceed line items. The schedule of items is attached along with clauses, statement of work, attachments and provisions. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is advantageous to the Government, price and other factors considered. Offeror to provide pricing on the Schedule of Items attached where items proposed shall comply with section (vi) of this combined synopsis. (vi) The salient characteristics for the Brand name or equal to Canon Image Runner C9075 Pro requirement are the following: High Speed B&W (75 ppm) and Color (70 ppm); Document feeder; Simplex and duplex printing; Double Feed Detection Kit A-1, or Equal; Booklet Finisher-A1, or Equal; Internal Booklet Trimmer; Multi Drawer Paper Deck A1, or Equal; Direct print support for PDF; Document Insertion Unit; Tab feeding attachment; Puncher Unit BF1, or Equal; and ColorPASS-GX300 (Expansion Option), or Equal. SEC Network Capability Testing Requirements for the brand name or equal to Canon Image Runner C9075 Pro requirement: At least PCL 5 printing capability; TCP Network Printing capability; IPv4 and IPv6 Compatible and Hard Drives shall be encrypted. The salient characteristics for the Brand name or equal to Canon Image Press C7000VP requirement are the following: High speed simplex printing (70 PPM letter) and duplex printing (64 ipm letter); POD Deck-A1, or Equal; Image Press Server A3100 w/Compose and Impose Software, or Equal; DADF R1 Feeder, or Equal; Color Image reader, or Equal; Saddle Finisher-AB2 Set, or Equal; Puncher Unit-V1, or Equal; Tab Feeding Attachment, or Equal; Document insertion unit, or Equal; Internal Booklet Trimmer, or Equal. SEC Network Capability Testing Requirements for the brand name or equal to Canon Image Press C7000VP requirement: At least PCL 5 printing capability; TCP Network Printing capability; IPv4 and IPv6 Compatible and Hard Drives shall be encrypted. proposal at a minimum must meet the technical specifications listed in section (vi) in order to be technically acceptable. (vii). Deliverables and acceptance of deliverables will be FOB destination, US Securities & Exchange Commission / Office of Administrative Services / Publishing Branch / 100 F St. NE / Washington DC 20549. The estimated completion date for this requirement is September of 2015. Delivery of optional line items shall occur per a modification issued by a Government contracting officer. (viii) The FAR provisions and clauses are attached and those incorporated by reference can be found in full text at http://farsite.hill.af.mil/vffara.htm (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Offers are due July 30, 2010 by 2:30 p.m. EST. All offers must be signed. Offers shall be mailed to : US Securities and Exchange Commission, Office of Acquisitions, 6432 General Green Way, Mail Stop 0-20, Attn: Jose-Luis Gallagher, Alexandria, VA, 22312. Offers shall also be signed, scanned and e-mailed to gallagherjo@sec.gov and mosleyc@sec.gov. A complete offer will consist of: (1) Completed Schedule of Items listed in the attachment and signature on the page that lists the price (2) completion of required documents as listed in this combined synopsis/ solicitation addendum and attachments (3) Narrative addressing how the proposed Copiers meet the salient characteristics stated in section (vi) of this combined synopsis (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: gallagherjo@sec.gov and mosleyc@sec.gov. Potential offerors must review and comply with the attached addenda applicable to this requirement in order to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-10-R-0012/listing.html)
 
Record
SN02208048-W 20100718/100716234622-37c263515a6142954c7966c7611f50c1 (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.