Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

70 -- Canon ADVANCE imagerunner 5045 with Maintenance - LIst of requirements

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0782
 
Archive Date
9/22/2010
 
Point of Contact
Keith Bubar, Phone: 3019758329
 
E-Mail Address
keith.bubar@nist.gov
(keith.bubar@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
All Offerors must comply with the attached document THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430- Computer and Computer Peripheral Equipment and Software Merchant Wholesalers- with a size standard of 500 employees. This requirement will be competed as a 100% small business set aside. This requirement is going to be competed only among authorized resellers of the Canon U.S.A. ADVANCE imagerunner 5045 multifunction printer that are considered small businesses under the NAICS code 423430. All Offerors must be registered in the Central Contractor Registration at the time of the solicitation response deadline. The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. The full text for the applicable clauses and provisions can be found at the following link: https://www.acquisition.gov/far/html/FARTOCP52.html The following standards of Section 508 of the Rehabilitation Act of 1973 apply to this acquisition: 1194.25- Self-contained, closed products 1194.31- Functional performance criteria 1194.41- Information, documentation, and support This procurement is a brand name procurement for the Canon ADVANCE imagerunner 5045 model. The following is the brand name justification: In order to facilitate increased efficiency in managing its IT resources, NIST are choosing to standardize on high capacity, workgroup multifunction printers for the NIST center for Nanoscale Science and Technology (CNST). The CNST already has 4 Canon products and requires three more with this purchase. The Canon models offer: -Similar user interface, which facilitates less need for user training. -Same scan functionality, which can leverage our existing setup. User documents are scanned to folder on network share via SMB protocol and not stored on device. -Remote management software, imageWare Enterprise Management Console. We can use this software to manage user scan accounts in addition to the actual devices. The Canon ADVANCE imagerunner 5045 has the high beneficial feature of having an integrated finisher, which other models, Canon (on other compatible models) and other vendors, do not offer. This specific Canon model is available through several small business authorized resellers/business partners. Description of Requirement: Please see the attached document entitled "List of requirements" for a specific breakdown of the products and support required. All offerors must comply with these exact specifications in order to be considered technically acceptable. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of offers. Offers shall submit their response on official letterhead stationery with any supporting documents required to show evidence of authorization from Canon, and evidence that the technical specifications have been complied with. As a minimum, quotation package must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers, which is September 7, 2010 at 5:00 pm. All offers must be received at keith.bubar@nist.gov by this time; (4) Any product literature necessary to display the proposed solutions technical capabilities; (5) Terms of any expressed warranty; (6) Price and discount terms; (7) "Remit to" address, if different than mailing address; (8) Acknowledgement of solicitation amendment(s) if applicable; (9) Statement identifying the business as a small business under the small business size standard of 500 employees, associated with the NAICS code 423430. (10) FOB Destination based firm-fixed-price for each significant part of the cluster, and for the system as a whole (11) Evidence that the offeror is authorized by Original Equipment Manufacturers (OEM) to provide the required hardware and software. The manufacturers requiring authorization are Intel and Linux. (12) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. Each offer submitted should clearly show its respective degree to which the minimum requirements were exceeded, is exceeded at all. (f) Late submissions, modifications, revisions, and withdrawals of offers. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Delivery shall be FOB Destination and be completed in accordance with the offeror's commercial schedule. EVALUATION FACTORS FOR AWARD: This requirement will be awarded to the technically acceptable offeror who represents the lowest price to the Government. A technically acceptable Offeror is on who complies with the requirements of the solicitation, including meeting the exact technical specifications detailed in the attached document entitled "List of requirements."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0782/listing.html)
 
Record
SN02259558-W 20100901/100830234556-581d289d5a474a03e52e4244eedffe66 (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.