Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

70 -- Graphics Printers & Scanners - Amendment 1

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
11WH612-017
 
Point of Contact
Florence N Kasule, Phone: 7035450701
 
E-Mail Address
florence.kasule@whs.mil
(florence.kasule@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The attached product list updates item no. 5. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 11WH612-017; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, Effective 4 August 2011. This is a total small business set-aside. The associated NAICS code is 334119 and size standard is 1,000 employees. The Washington Headquarters Services, Acquisition Directorate is requesting quotes for the following on a brand name or equal basis: CLIN Item Description Specifications Qty 0001 HP DESIGNJET T1200HD 44IN. (See specifications attached) 1 0002 EPSON EXPRESSION 10000XL. (See specifications attached) 1 0003 EPSON PERFECTION V700 PHOTO SCANNER. (See specifications attached) 1 0004 HP DESIGNJET L25500 60-in. (See specifications attached) 1 0005 Carepack HP Designjet for L25500 - 60 inch. (See specifications attached) 1 Please see the Attachment A - Product list and salient characteristics. Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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 and other factors considered. The following factors shall be used to evaluate offers: 1: Lowest price technically acceptable, within the Government's budget of $48,000.00. Pursuant to FAR 52.211-6, Brand Name or Equal, offers of "equal" products, including "equal" products of the brand name manufacturer, must: 1. Meet the salient physical, functional, or performance characteristics specified in this solicitation. 2. Clearly identify each item by brand name (if any), and make or model number. 3. Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer. 4. Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. Additional Information: 1. Quotes must be firm-fixed-priced, and include all quantities listed, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. 52.219-1 Small Business Program Representations. 52.219-6 Notice of Total Small Business Set-Aside; Alternate I (Oct 1995). 52.219-28 Post-Award Small Business Program Rerepresentation. 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 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://www.acquisition.gov/. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through https://www.acquisition.gov/far/. 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. Please send any response to florence.kasule@whs.mil. Point of contact is Florence N. Kasule, telephone 703-545-0701.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/11WH612-017/listing.html)
 
Place of Performance
Address: 5775 GENERAL WASHINGTON DRIVE, Arlington, Virginia, 22312, United States
Zip Code: 22312
 
Record
SN02590474-W 20110925/110923235935-94c2e25efe8216072af976e9ea4ae309 (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.