Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

W -- Wide Format Copier Lease - Performance Work Statement - Bid Schedule

Notice Date
12/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-DE-0002
 
Archive Date
1/1/2011
 
Point of Contact
David J. Earl, Phone: 7577647427, Melissa S. Tamayo, Phone: 7572253150
 
E-Mail Address
david.earl@langley.af.mil, melissa.tamayo@langley.af.mil
(david.earl@langley.af.mil, melissa.tamayo@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bid Schedule Performance work statement This is a request for quote for commercial services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This acquisition will be unrestricted. The associated NAICS code is 333315 with a 500 employee size standard. The contractor shall provide non-personal services to furnish all labor, tools, equipment, transportation, materials, testing and supervision to provide the lease of one (1) wide format toner color printer and one (1) scanner capable of output up to 42" wide for engineering drawings production purposes. Cost shall include lease, maintenance, services, toner and supplies (except paper). Printing allowance shall be for 10,000 square feet. Please see attached performance work statement for further details. Place of performance will be Langley AFB, VA. This RFQ contains 1 line item. The line item description is as follows: CLIN 0001: 12-month lease for wide format printer and scanner with full service maintenance agreement IAW performance work statement. Period of Performance will be for a base period of 12 months from the date of equipment installation with four (4) option years. POINT OF CONTACT: Quote must be faxed or e-mailed to POC 1Lt David Earl at 633 CONS/LGCZ. Fax number 757-225-7443, e-mail david.earl@langley.af.mil. RESPONSE PROCEDURES: please fill out attached bid schedule and email or fax to David.earl@langley.af.mil Response deadline is: 17 December 2010, 1:00 PM EST. CLAUSES - The following clauses are applicable to this solicitation and award: FAR 52.204-7 Central Contractor Registration [FAR 4.1105] with 252.204-7004 ALT A (Sep 2007) [DFARS 204.1104] FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 FAR 52.233-3, Protest After Award FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act Alternate II FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment FAR 52.217-8 -- Option to Extend Services FAR 52.217-9 -- Option to Extend the Term of the Contract FAR 52.232-18 -- Availability of Funds FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.217-9 Option of Extend the Term of the Contract FAR 52.222-50, Combating Trafficking in Persons FAR 52.232-1 Payments FAR 52.233-1 Disputes FAR 52.253-1 Computer Generated Forms FAR 52.223-5 Pollution Prevention and Right-to-Know Information w/Alt I FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7010 Levies on Contract Payments DFARS 252.232-7007 Limitation of Government Obligation DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7021, Trade Agreements DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program Alternate I DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.201-9101 - Ombudsman AFFARS 5352.223-9001 -- Health and Safety on Government Installations AFFARS 5352.242-9000 -- Contractor Access to Air Force Installations PROVISIONS: The following provisions are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Item, FAR 52.212-2 Evaluation -- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.217-5 Evaluation of Options FAR 52.222-25 Affirmative Action Compliance FAR 52.225-4 Buy American Act -- Free Trade Agreements - Israeli Trade Act Certificate DFARS 252.225-7031 Secondary Arab Boycott of Israel DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate, apply to this solicitation and the offeror must include a completed copy of these provisions with their quote. FAR 52.252-2 -- Clauses Incorporated by Reference: The full text of a provision/clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, and warranty terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-DE-0002/listing.html)
 
Place of Performance
Address: Langley AFB, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02337802-W 20101205/101203233738-b98c6f6b48ffb34151de53d0a36eb2e4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.