Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
MODIFICATION

74 -- Provide equipment, delivery, installation and monthly maintenance of a Multi-Function Machine

Notice Date
7/13/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
400 Gigling Rd, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W9124N-12-T-0069A
 
Response Due
7/19/2012
 
Archive Date
1/15/2013
 
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, as supplemented with additional information included in this notice.The solicitation number is W9124N-12-T-0069A 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 532420 with a small business size standard of $25.00M.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 2012-07-19 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Jolon, CA 93928 The MCC Sam Houston - ICO POM requires the following items, Meet or Exceed, to the following: LI 001, Digital Color Copier / Printer / Scanner / Fax, SEE Attachmet for details, 1, EA; LI 002, Option 1 - Fax Board ? ability to send and receive faxes, 1, EA; LI 003, Option 2 - External Key board ? easily input e-mail address, 1, EA; LI 004, Consumable Maintenance Agreement: This includes all parts, labor, consumables, toner, drums ? everything except for the paper and staples. Year 1 Maintenance Agreement: Allows for 1,500 B&W copies and 750 color copies per month, 1, EA; LI 005, Year 2: Maintenance Agreement: Allows for 1,500 B&W copies and 750 color copies per month, 1, EA; LI 006, Year 3: Maintenance Agreement: Allows for 1,500 B&W copies and 750 color copies per month, 1, EA; LI 007, Year 4: Maintenance Agreement: Allows for 1,500 B&W copies and 750 color copies per month, 1, EA; LI 008, Year 5: Maintenance Agreement: Allows for 1,500 B&W copies and 750 color copies per month, 1, 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, MCC Sam Houston - ICO POM 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. MCC Sam Houston - ICO POM 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 532420. In order to be eligible for award, vendors must have the correct NAICS code listed on their active CCR profile. 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/. QUESTIONS Questions concerning this solicitation must be submitted at least 3 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Payment will be made by electronic funds transfer through the Defense Finance and Accounting Services (DFAS), the offeror that is awarded the contract must follow the instructions required for electronic submission of invoices on Wide Area Workflow (WAWF). To register go to: https://wawf.eb.mil. Submission of offers shall be in accordance with FAR 52.212-1, Instruction to Offerors, incorporated in this solicitation. Quotes will be evaluated in accordance with FAR 52.212-2, Evaluation ? Commercial Items, incorporated into this solicitation. This acquisition will be an all or none award. Offerors that do not quote on all items will not be considered for award. Offerors must submit sufficient literature/information, a detailed specification list, and a product diagram with their proposal to perform a technical evaluation to determine the acceptability of the products offered. Failure to do so could result in the offeror?s quote not being considered and/or rejected. For additional information, please refer to FAR clauses 52.211-6 (Brand Name or Equal) and 52.214-21 (Descriptive Literature) in this solicitation. The Contracting Officer (KO) at the Mission & Installation Contracting Command, Western Region, Presidio of Monterey Division, is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c3e1527cd38234293bedc246e8063d9)
 
Place of Performance
Address: Jolon, CA 93928
Zip Code: 93928
 
Record
SN02802879-W 20120715/120713235634-5c3e1527cd38234293bedc246e8063d9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.