Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

74 -- Paper Shredder- Level 6

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333291 — Paper Industry Machinery Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T7CC1242A001
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Jared Olney, 509-247-7224
 
E-Mail Address
141 ARW/MSC
(jared.olney@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for supplies 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. Reference number F6T7CC1242A001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Regulation Supplement (DFARS) change notice 20110819. This solicitation is set aside for small business; the associated NAICS code is 333291 and small business size standard is 500 employees. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 9:00 AM Pacific Time on 19 September 2011 to Jared.Olney@us.af.mil and Matthew.Richard@us.af.mil 509-247-7222/3 FAX 509-247-7225. Electronic offers preferred. All questions must be submitted in writing no later than 72 hours prior to bid close date. This requirement is for the purchase of: 0001-AA (QTY 1) Dual Shredder for level 6 paper and CD/DVD destruction. Shredder must meet the following criteria: Auto jam resistant (utilizing Feed Level Indicator Eye) Capacity display (LED's) show level of sheets being fed into shredder throat. Green, Yellow and Red LEDs indicates each feed load's conformance to shredder's specs. AUTO Jam Resistant if paper starts to jam reverse mode activates preventing the jam. Auto Stop Activates when shred cutting action is completed. Auto Stop Shredder will not start if cabinet door ajar or open. Auto Stop Insert paper and when the batch is shredded cutters cycle for a few seconds and stops. Auto Cutter Cleaning Signal Signals need to activate Auto Clean of cutter head to ensure specified feed capacity. Auto Clean Reverse action cleans shred debris from the dead and rejuvenates the cutter. Auto Wave Protection Electronic wave Protection Electronic wave interception devise. Auto Power Saver (Energy Saving Mod) After 10 idle minutes shredder switches to standby. Auto Diagnosis Recording System Records shredding time, number of auto reverse cycles, and quantity of pages shredded (a use and maintenance assist). Lubrication Signal Manual LED flickers after 30 min. of actual cutting time. Waste media pcs. Optical Start Sensitivity Recovery Mode Recoups sensitivity when optics can't detect fed paper. Manual Start Shreds small pieces of paper and right corner of right side panel. Manual Reverse Cutter runs in reverse for three seconds, stops and returns to AUTO mode. Highly Durable Cutters Unique design to ensure prolonged sharp life. Metal Geared Motor Drives Provides increased power and strength. Continuous Duty Motors Eliminates constant shut down while waiting for the motor to cool and reset. High Security Level 6 Compliant with NSA/CSS EPL-02-01-AA and EPL-04-02 Standards. LED Indicators Auto, Manual, Stop, Reverse. 0002-AA (QTY 1) Continued: Safety Protection Design Provided by height of cabinet and six inch depth of blades below cutter throat entrance. Automatic Lubricator Factory installed on both optical and paper side by side cutting heads. Shred Size 3/64" x13/64 (1x5mm) Level 6 (HS). Optical media shred size 0.063 x0.16" (1.6 x4mm) Sheet Feed Capacity / Optical; Media 9 to 14 pages depending paper weight. 2000+ CDs per hour. Feed Throat 10.25" width for paper and 4.8" width for CD/DVD width. Wasted Capacity Paper 32 gallons- Dual compartment for CD/DVD shreds- 19 gallons (total 51 gallons) Cabinet size with casters 24.8 x21.7 x 43.1". Power standard three prong commercial, 115 volt 20 amp plyg for standard outlets. Assembly compliance assembled in USA and/ or TAA compliant. 0003-AA (QTY 1) Box of shredder bags 0004-AA (QTY1) Lubrication Fluid 0005-AA (QTY 1) Individual Door to Door delivery **ALL ABOVE NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** Delivery requirement: 30 days ARO, FOB Destination to Everette, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and first tier subcontract awards. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, 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 DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T7CC1242A001/listing.html)
 
Place of Performance
Address: 215th EIS Washington Air National Guard Everette WA
Zip Code: 98430
 
Record
SN02572394-W 20110914/110912235935-0c62473845634725c1647a67d4dbe2a7 (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.