Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

75 -- Datamax Premium Coated Paper Label

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
70 Kimball Ave, S. Burlington, VT 05403
 
ZIP Code
05403
 
Solicitation Number
HSSCCG-12-Q-00353
 
Response Due
4/17/2012
 
Archive Date
10/14/2012
 
Point of Contact
Name: Amanda Frennier, Title: Contract Specialist, Phone: 8028724197, Fax: 8028724601
 
E-Mail Address
amanda.frennier@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
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.The solicitation number is HSSCCG-12-Q-00353 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 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 323118 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2012-04-17 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Lincoln, NE 68508 The DHS Citizenship and Immigration Services requires the following items, Brand Name or Equal, to the following: LI 001, Datamax Premium Coated Paper Label Designed for Thermal Transfer Printing Featuring a Permanent Adhesive. Size 3.5" x 1", 3" Core, Zebra brand.Item #DMX2000-01 (Being Used with Datamax Printer, Model #DMX-I 4206).1 Roll = 4,970 Blank Labels, Labels Peel Off Roll, Have No Perforation.** Customer Requires that a Sample Be Provided to Determine if Technically Acceptable **, 450, EA; LI 002, Optional CLIN 1: Datamax Premium Coated Paper Label Designed for Thermal Transfer Printing Featuring a Permanent Adhesive. Size 3.5" x 1", 3" Core, Zebra brand.Item #DMX2000-01 (Being Used with Datamax Printer, Model #DMX-I 4206).1 Roll = 4,970 Blank Labels, Labels Peel Off Roll, Have No Perforation.This optional line item is for the Contractor to supply up to 450 rolls of this type within 24 months of the contract award date., 450, EA; LI 003, Optional CLIN 2: Datamax Premium Coated Paper Label Designed for Thermal Transfer Printing Featuring a Permanent Adhesive. Size 3.5" x 1", 3" Core, Zebra brand.Item #DMX2000-01 (Being Used with Datamax Printer, Model #DMX-I 4206).1 Roll = 4,970 Blank Labels, Labels Peel Off Roll, Have No Perforation.This optional line item is for the Contractor to supply up to 450 rolls of this type within 24 months of the contract award date., 450, EA; LI 004, Optional CLIN 3: Datamax Premium Coated Paper Label Designed for Thermal Transfer Printing Featuring a Permanent Adhesive. Size 3.5" x 1", 3" Core, Zebra brand.Item #DMX2000-01 (Being Used with Datamax Printer, Model #DMX-I 4206).1 Roll = 4,970 Blank Labels, Labels Peel Off Roll, Have No Perforation.This optional line item is for the Contractor to supply up to 450 rolls of this type within 24 months of the contract award date., 450, EA; LI 005, Optional CLIN 4: Datamax Premium Coated Paper Label Designed for Thermal Transfer Printing Featuring a Permanent Adhesive. Size 3.5" x 1", 3" Core, Zebra brand.Item #DMX2000-01 (Being Used with Datamax Printer, Model #DMX-I 4206).1 Roll = 4,970 Blank Labels, Labels Peel Off Roll, Have No Perforation.This optional line item is for the Contractor to supply up to 450 rolls of this type within 24 months of the contract award date., 450, EA; LI 006, Optional CLIN 5: Datamax Premium Coated Paper Label Designed for Thermal Transfer Printing Featuring a Permanent Adhesive. Size 3.5" x 1", 3" Core, Zebra brand.Item #DMX2000-01 (Being Used with Datamax Printer, Model #DMX-I 4206).1 Roll = 4,970 Blank Labels, Labels Peel Off Roll, Have No Perforation.This optional line item is for the Contractor to supply up to 450 rolls of this type within 24 months of the contract award date., 450, 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, DHS Citizenship and Immigration Services 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. DHS Citizenship and Immigration Services 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - 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, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) 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; and (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. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-12-Q-00353/listing.html)
 
Place of Performance
Address: Lincoln, NE 68508
Zip Code: 68508
 
Record
SN02719337-W 20120413/120411235035-f0bbf3de81e091da8f637eefe56807ff (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.