Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

W -- Color Copier Lease - Attachments

Notice Date
12/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-14-Q-0047
 
Archive Date
12/25/2013
 
Point of Contact
Leslie Christoferson, Phone: 315-330-7255, Jenna A. Tarbania, Phone: 315-330-2260
 
E-Mail Address
leslie.christoferson@us.af.mil, Jenna.Tarbania@us.af.mil
(leslie.christoferson@us.af.mil, Jenna.Tarbania@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SCA Exemption Certification Reps & Certs Bid Schedule 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-14-0047 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20131118. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 532420 and small business size standard is average annual receipts of $30,000,000.00 The contractor shall provide the following items on a firm fixed price basis: 1. One (1) production level configuration color copier - console type network capable. The following specifications are a requirement of the need within the copy machine: • Durability to withstand high volume printing and copying • 65 sheets per minute (8.5"x11") in full color and monochrome engine copier, printer and scanner • Scan resolution 600dpi x 600dpi • Print resolution 600dpi x 600dpi • Gradation/Color 256 (8bit)/CMYK • Memory 256mb per each color (CMYK) • 3 paper trays and bypass • Multiple paper sizes • Hard Disc Drive (HDD) • Automatic Document Feeder • Paper Feed Unit - 2 trays with dehumidification Heater • Folding Unit/Past Inserter - multi-folding with punch and post-process inserting • Finisher - with offset catch tray • Saddle Stitcher - multi half fold, fold and staple, multi tri-fold, minimum 20 sheets • Binder Unit - (aka Perfect Binder) 300 sheet (600 page) • External Controller (Server) - CREO or FIERY processing and finishing software - network capable 2. Full maintenance on the machine to include: • all parts, labor, tools, technical data and materials necessary to perform maintenance • 24-hour response time • full supply of toner, staples and binder adhesive • print allowance of a minimum of 20,000 color prints per month. The period of performance will be approximately from date of award for one year with the possibility of three (3) option years. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The place of delivery, acceptance and FOB destination point is Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00PM (EST), 10 December 2013. Submit to: AFRL/RIKO, Attn: Leslie Christoferson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7205 or by email to leslie.christoferson@us.af.mil and jenna.tarbania@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. Note: Please use the attached Bid Schedule for Lease/Maintenance Pricing for base and option years. (Attachment No. 1.) (b)(4) Submit a technical description of the items being offered. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price All evaluation factors other than price, when combined, are approximately equal to price. Award will be made to the lowest priced, technically capable offer. Offerors are required to complete and return the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I and 252.209-7994, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations. For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2.) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend 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 four (4) years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. (attachment no. 3) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements The following additional FAR and FAR Supplement provisions and clauses also apply: 52.232-18, Availability of Funds 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-14-Q-0047/listing.html)
 
Place of Performance
Address: 26 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03244218-W 20131205/131203233924-54568819cf537aea3b29f1d330028c6c (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.