Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOLICITATION NOTICE

70 -- GITM Toner

Notice Date
12/4/2015
 
Notice Type
Presolicitation
 
Contracting Office
1735 N. Lynn St., Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019620056
 
Response Due
12/7/2015
 
Archive Date
6/4/2016
 
Point of Contact
Name: Nichole Gross, Title: Contract Specialist, Phone: 7035161580, Fax:
 
E-Mail Address
GrossNS@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number 1019620056. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 772259. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-12-07 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be LORTON, VA 22079 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: Lexmark RP C746 High Yield Black Toner, manuf part number C746H1KG, 16, EA; LI 002: Lexmark RP C746 High Yield Yellow toner, Manuf part number C746A1YG, 32, EA; LI 003: Lexmark RP C746 High Yield Cyan Toner, Manuf part number C746A1CG, 28, EA; LI 004: Lexmark RP C746 High Yield Magenta Toner, Manuf part number C746A1MG, 38, 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, Department of State 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. Past performance, earned-value and the ability to deliver within GITM?s time constraints are evaluation factors in determining awardees along with other factors stated in this solicitation. Weight is a consideration for all items due to Government shipping-related costs. GITM receiving hours are 8:00 AM ? 11 AM and 1PM ? 4 PM Eastern Standard Time, Monday thru Friday. Driver must contact GITM Warehouse staff at 817-224-6524 / GITMWarehouse@state.gov and make a Dock Appointment prior to delivery of shipment. Shipments without Dock Appointments may be refused at Vendor?s risk and expense. Shipping Address: Department of State IRM/FO/ITI/GITM C/O Dyncorp International 7001 Newington Rd. Lorton, VA 22079 Delivery in full required no more than 45 calendar days ARO. Drop shipments/shipments direct from distribution centers are not authorized without prior written approval of the Contracting Officer and the GITM Program. Partial deliveries are not authorized without prior written approval of the Contracting Officer and the GITM Program. Deviations from delivery schedule detailed in line items are not authorized without prior written approval of the Contracting Officer and the GITM Program. Pallet height may not exceed 62-Inches. Wrapped pallet dimensions not to exceed 40x48x62-Inches. Pallets must be wood with standard 3-stringer construction and 4-way entry. Pallet size should be 40x48-Inches with 48-Inches being the stringer length. Pallets may not be double stacked in the truck. All pallets must be marked with Government Requisition/Reference Number (AQ 1019######) found in Block 4 of DoS Form 347: Order for Supplies and Services. Each and every box, package, and container containing materials shipped pursuant hereto, shall be clearly marked with the following (all ?Block? references are to DoS Form 347: Order for Supplies and Services): (a) Government Order Number (SAQM#########) found in Block 3; (b) Government Requisition/Reference Number (AQ 1019######) found in Block 4; (c) Consignee address as shown in Block 6; (d) Name and address of the Contractor in Block 7. (e) OEM part number in human readable and bar code form (f) OEM serial number (if applicable) in human readable and bar code form (g) CLIN (if applicable) Each box containing one or more items must include the following information for each item contained therein: (a) Quantity of items (b) OEM part number in human readable and bar code form (c) OEM serial number (if applicable) in human readable and bar code form (d) CLIN (if applicable) If the equipment is modified from its original manufactured state a new Part Number must be assigned, marked, and Bar-Coded on the container as above. If the equipment is modified, the original OEM Part Number and Bar-Code may not be obscured or removed. If a new Serial Number is assigned, it must be marked and Bar-Coded on the container as above. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. An electronic copy of the packing list detailing Vendor, Government Order Number (SAQM#########), Government Requisition/Reference Number (AQ 1019######), quantity delivered, CLIN (if applicable), OEM part number, and OEM serial (if applicable) shall be emailed to the Purchase Support Manager at GITMProcurement@state.gov at least one (1) business day prior to delivery. A Packing List shall accompany each shipment, shall be attached to the outside (not inside) of an outermost box or container, and shall include the following information: (a) Name and address of Consignor; (b) Name and address of Consignee; (c) Government Order Number (SAQM#########) found in Block 3 of DoS Form 347: Order for Supplies and Services; (d) Government Requisition/Reference Number (AQ 1019######) found in Block 4 of DoS Form 347: Order for Supplies and Services; (e) Description of each item shipped as contained within boxes or containers, including CLIN (if applicable), OEM part number, OEM serial number (if applicable), item number (if the equipment is modified from its original manufactured state), quantity delivered, number of containers, and package number (if applicable) (f) If multiple order line items have been assembled into a major component, packing list must show information from item (e) above for each individual order item within the major component; (g) Pallet count and box count The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized to change Part Numbers, manufacturers, quantities, delivery dates or any other specifications of this award either verbally or in writing. Items, including configuration components and arrangement, that do not conform to the Descriptions and Part Numbers found on the order will be rejected at the time of delivery at Vendor?s risk and expense.Items not in compliance will be returned to the Vendor at no additional cost to the Department and comments will be recorded in the Vendor?s Past Performance File. Random Quality Assurance will be conducted to ensure conformance. GITM does not allow use of third party component substitutions in any Equipment Configurations offered under a Brand Name. All items, including configuration components and arrangement, must conform to the Descriptions and Part Numbers found on the order. Random Quality Assurance will be conducted to ensure conformance. If it is determined that third party components were used in violation of this order and resulting in the compromise of equipment warranties or any other cost to the Government, the Vendor will assume said costs and other remedies may be available to the Government in accordance with the Termination for Cause clause in FAR 52.212-4(m) Any infraction as above will be recorded in the Vendor?s Past Performance File. Upon award, the Vendor will provide a written escalation process via E-Mail GITM Purchase Support Manager, at GITMProcurment@state.gov. The written escalation process will include the following information: o Sales Contacts for both Field and Internal o Sales Management Contacts o Customer Support Reps and their Management to include: ? Customer Service Representative ? Warranty Liaison Representative ? Integration Representative Vendor will provide name, phone, E-Mail, and back-up personnel points of contact in each area of responsibility.GITM requests that the Vendor provide an estimate of response time and a plan for escalation to the next level.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1019620056/listing.html)
 
Place of Performance
Address: LORTON, VA 22079
Zip Code: 22079
 
Record
SN03961440-W 20151206/151204234634-e445572b496c3852a7230e9dc5cbecf8 (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.