Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

70 -- Printers and Accessories

Notice Date
3/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-1027-0001
 
Response Due
3/18/2011
 
Archive Date
5/17/2011
 
Point of Contact
Sherri Shepherd, 801-432-4093
 
E-Mail Address
USPFO for Utah
(sherri.shepherd@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. REQUIREMENTS: HP Printers and Accessories. No other brand or models will be accepted. HP LaserJet, Model M4345xs MFP, PN: CB427A#BCC. Quantity: 4 each. HP LaserJet, Model P3015dn, PN: CE528A#ABA. Quantity: 2 each. HP LaserJet, Model M3035xs MFP, PN: CC477A#201. Quantity: 5 each. HP Heavy Media Paper Tray, PN: Q5968A. Quantity: 4 each. HP USB Card Reader, PN: CC543A#201. Quantity: 9 each. Balt - Heavy Duty Mobile Laser Printer Stand, Gray, PN: LBPR. Quantity: 5 each. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil. DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; 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. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (b) FAR 52.219-6 Notice of Small Business Set-Aside; (c) FAR 52.219-28 Post-Award Small Business Program Representation; (d) FAR 52.222-3 Convict Labor; (e) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.223-15 Energy Efficiency in Energy Consuming Products; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (k) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (c) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; DFARS 252.232-7010 Levies of Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be firm fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) offerors ability to provide the requested items; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; (3) total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote; (2) completed provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov and (3) list of at least three of the most current past performance references for similar work covered by this solicitation. Provide the following information for each reference: (a) name and telephone number of contracting officer; (b) contract number; and (c) a brief description of the contract. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. Offers shall be received NLT March 18, 2011. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.bpn.gov/ccr.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2S-1027-0001/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN02399752-W 20110316/110314234039-8006e2d536c5437348443fb2e7b0d760 (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.