Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
MODIFICATION

70 -- Rental of Automation, FOB Warrior

Notice Date
1/12/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
CPT Oh, Ft. Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
NTC-11-04-JO0001
 
Response Due
1/13/2011
 
Archive Date
7/12/2011
 
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-11-04-JO0001 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 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500.00 employees. 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 2011-01-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC Fort Irwin requires the following items, Brand Name or Equal, to the following: LI 001, Rental of Color Networkable Scanner/Copier/Printer with/5 replacement cartridges. Period of Performance: 17 Jan - 9 Mar 2011. The Color/ Scanner /Fax printer will be networkable with at least a 21 page per minute print time. Printer will have built in 10/100 Ethernet networking and duplex printing. Each printer will be delivered with five backup toner cartridges or five for each color if printer requires this type and one case of paper per week. This type of printer should be comparable to the HP Color Laser Jet CM2320nf MFP. The contractor must provide service and all necessary parts, equipment and maintenance necessary to assure proper and continuous 24 hours functioning of the equipment including weekends and holidays. The Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours or replace unit. The contractor will deliver one case of paper per printer per week for use during the POP. At the end of the POP the contractor will pick up unused or unopened reams of paper and issue credit for returns. The contractor shall provide additional paper and cartridges/toner as required. Deliver to FOB WARRIOR, SFC Jeffrey Glassco Cell: (580)-369-8133. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, and maintain as per the SOW, at the National Training Center (NTC), Fort Irwin, CA. See the attachment for SOW and Period of Performance., 3, EA; LI 002, Period of Performance: 29 Jan - 9 Mar 2011. See the description of the item No. 1., 2, EA; LI 003, Period of Performance: 29 Jan - 11 Feb 2011. See the description of the item No. 1., 27, EA; LI 004, Period of Performance: 25 Feb - 9 Mar 2011. See the description of the item No. 1., 11, EA; LI 005, Rental of black and white networkable Scanner/Copier/Printer. Period of Performance: 17 Jan - 11 Feb 2011. The Black and White printers will be networkable with a 26 page per minute print time or better. Printer will have built in 10/100 Ethernet networking and duplex printing. Each printer will be delivered with five backup toner cartridges and one case paper per week. This type of printer should be comparable to the HP Laser Jet Pro P1605dn. The contractor must provide service and all necessary parts, equipment and maintenance necessary to assure proper and continuous 24 hours functioning of the equipment including weekends and holidays. The Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours or replace unit. The contractor will deliver one case of paper per printer per week for use during the POP. At the end of the POP the contractor will pick up unused or unopened reams of paper and issue credit for returns. The contractor shall provide additional paper and cartridges/toner as required. Deliver to FOB WARRIOR, SFC Jeffrey Glassco Cell: (580)-369-8133. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, and maintain as per the SOW, at the National Training Center (NTC), Fort Irwin, CA. See the attachment for SOW and Period of Performance., 3, EA; LI 006, Period of Performance: 29 Jan - 11 Feb 2011. See the description of the item No. 5., 24, EA; LI 007, Period of Performance: 25 Feb - 11 Mar 2011. See the description of the item No. 5., 7, EA; LI 008, Rental of High Speed/High Output Copier. Period of Performance: 25 Jan 11 Mar 2011. The high speed/high output copier will be capable of copying at a minimum of 60 pages per minute. The copier will be delivered with one week supply of toner/cartridges and rolls of paper. The contractor must provide service and all necessary parts, equipment and maintenance necessary to assure proper and continuous 24 hours functioning of the equipment including weekends and holidays. The Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours or replace unit. The contractor will deliver one case of paper per printer per week for use during the POP. At the end of the POP the contractor will pick up unused or unopened reams of paper and issue credit for returns. The contractor shall provide additional paper and cartridges/toner as required. Deliver to FOB WARRIOR, SFC Jeffrey Glassco Cell: (580)-369-8133. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, and maintain as per the SOW, at the National Training Center (NTC), Fort Irwin, CA. See the attachment for SOW and Period of Performance., 2, EA; LI 009, Period of Performance: 3 Feb 11 Mar 2011. See the description of the item No. 8., 1, EA; LI 010, Period of Performance: 3 Feb 11 Mar 2011. See the description of the item No. 8., 1, EA; LI 011, Period of Performance: 11 Feb 12 Feb 2011. See the description of the item No. 8., 1, EA; LI 012, Rental of Color Plotter with paper, toner, and maint. Period of Performance: 30 Jan 11 Feb 2011. The Plotter type printer will be able to print between 42 inch and 44 inch wide paper from a roll. Printer will have built in 10/100 Ethernet networking. Printer will be delivered with five backup toner cartridges or five for each color if printer requires this type. Each printer will come with one roll and two backup rolls of paper. Backup will be returned if unused. Printer will come with all cables and print drivers required for use. This type of printer should be comparable to HP Designjet 510. The contractor must provide service and all necessary parts, equipment and maintenance necessary to assure proper and continuous 24 hours functioning of the equipment including weekends and holidays. The Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours or replace unit. The contractor will deliver one case of paper per printer per week for use during the POP. At the end of the POP the contractor will pick up unused or unopened reams of paper and issue credit for returns. The contractor shall provide additional paper and cartridges/toner as required. Deliver to FOB WARRIOR, SFC Jeffrey Glassco Cell: (580)-369-8133. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, and maintain as per the SOW, at the National Training Center (NTC), Fort Irwin, CA. See the attachment for SOW and Period of Performance., 6, EA; LI 013, Rental of Proximas w/projector screens. Period of Performance: 25 Jan 11 Mar 2011. The proximas (PTR) will have all required cables, attachments, extra bulbs, and carrying cases that go with each proxima. The contractor must provide service and all necessary parts, equipment and maintenance necessary to assure proper and continuous 24 hours functioning of the equipment including weekends and holidays. The Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours or replace unit. Deliver to FOB WARRIOR, SFC Jeffrey Glassco Cell: (580)-369-8133. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, and maintain as per the SOW, at the National Training Center (NTC), Fort Irwin, CA. See the attachment for SOW and Period of Performance., 1, EA; LI 014, Period of Performance: 29 Jan 11 Feb 2011. See the description of the item No. 13., 1, EA; LI 015, Period of Performance: 25 Feb 11 Mar 2011. See the description of the item No. 13., 1, EA; LI 016, Period of Performance: 11 Feb 12 Feb 2011. See the description of the item No. 13., 1, EA; LI 017, Period of Performance: 3 Feb 10 Feb 2011. See the description of the item No. 13., 2, EA; LI 018, Period of Performance: 25 Feb 4 Mar 2011. See the description of the item No. 13., 2, EA; LI 019, Period of Performance: 4 Feb 8 Feb 2011. See the description of the item No. 13., 4, EA; LI 020, Rental of Shredder. Period of Performance: 30 Jan 11 Feb 2011. Heavy duty, high security shredder. Confetti cut. Shall at a minimum, cut 6 sheets of paper per pass, extra wife 16 paper entry, and 30 gallon waste container. The equipment must withstand the rough, high desert terrain of Fort Irwin. The contractor must provide service and all necessary parts. Equipment and maintenance necessary to assure proper and continuous 24 hours functioning of the equipment including weekends and holidays. The Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours or replace unit. Deliver to FOB WARRIOR, SFC Jeffrey Glassco Cell: (580)-369-8133. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, and maintain as per the SOW, at the National Training Center (NTC), Fort Irwin, CA. See the attachment for SOW and Period of Performance., 8, EA; LI 021, Period of Performance: 25 Feb 4 Mar 2011. See the description of the item 20., 6, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC 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 ACC MICC 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. 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 1 day or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 1 - 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, 52.232-33, 52.211-6. 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. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov 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 LOWEST PRICED TECHNICALLY ACCEPTABLE. PAST PERFORMANCE WILL BE EVALUATED AS PART OF THE TECHNICAL ACCEPTABILITY. The selected Offeror must comply with the following: FAR 52.232-18 Availability of Funds: Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Submittal of Contractor Claims will be contingent on the Inspection/ Acceptance of Contracted Equipment and/or Services, prior to start and completion (i.e. Pre/Post Joint Inspection). Inspection and Acceptance is considered proper only if the Receiving Officer or Authorized Representative at the respective delivery point shall conduct a joint inspection with the vendor representative for condition, quality, quantity count, and final acceptance of supplies/services delivered under proposed purchase order with date and legible signatures from both parties. As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS 14:00 hrs PST, ON 12 JANUARY 2011 via email, ntc.11.04.003@gmail.com. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME MAY NOT BE RESPONDED TO IN TIME FOR OFFEROR TO SUBMIT AN EDUCATED QUOTE. DO NOT WAIT FOR YOUR COLLECTIVE QUESTIONS REGARDING THIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12d2852663fc0504e5e3601072cfa2f5)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02359065-W 20110114/110112234410-12d2852663fc0504e5e3601072cfa2f5 (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.