Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

70 -- HP LASER JET ENTERPRISE MFP, SOFTWARE & INCIDENTALS

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-0339
 
Response Due
7/18/2016
 
Archive Date
8/17/2016
 
Point of Contact
Point of Contact - Jeannette L Perez, Contract Specialist, 619-553-7918; Robert B Jones, Contracting Officer, 215-697-0275
 
E-Mail Address
Contract Specialist
(jeannette.perez1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is an SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-0339. This requirement is set-aside for small business, brand name requirement, NAICS code is 334112 and business size standard is 1,250 employees. ITEM 0001: HP LaserJet Enterprise 700 MFP M775dn Multifunction printer - color - laser - Ledger/A3 (11.7 in x 17 in) (original) - A3/Ledger (media) - up to 30 ppm (copying) - up to 30 ppm (printing) - 350 sheets - USB 2.0, Gigabit LAN, USB host, 2 x USB host (internal). Includes: Electronic HP Care Pack Next Business Day Hardware Warranty with Defective Media Retention 3 years - 9x5 - response time: NBD - for Color LaserJet Enterprise 700 MFP M775z. P/N CC522A#BGJ QUANTIY: 1 ITEM 0002: HP LaserJet Enterprise 700 MFP M775z Multifunction printer - color - laser - Ledger/A3 (11.7 in x 17 in) (original) - A3/Ledger (media) - up to 30 ppm (copying) - up to 30 ppm (printing) - 1850 sheets - 33.6 Kbps - USB 2.0, Gigabit LAN, USB host, 2 x USB host (internal). Includes: Electronic HP Care Pack Next Business Day Hardware Warranty with Defective Media Retention 3 years - 9x5 - response time: NBD - for Color LaserJet Enterprise 700 MFP M775z. P/N CC524A#BGJ 1 QUANTIY: 16 ITEM 0003: HP Color LaserJet Enterprise flow MFP M880z Multifunction printer - color - laser - A3 (11.7 in x 16.5 in), Ledger (11 in x 17 in) (original) - A3/Ledger (media) - up to 45 ppm (copying) - up to 45 ppm (printing) - 2100 sheets - 33.6 Kbps - USB 2.0, Gigabit LAN, USB host, USB host (internal). Includes: Electronic HP Care Pack Next Business Day Hardware Warranty with Defective Media Retention 3 years - 9x5 - response time: NBD - for Color LaserJet Enterprise flow MFP M880z+ NFC/Wireless direct. P/N A2W75A#BGJ QUANTITY: 2 ITEM 0004: HP Stapler/Stacker tray - for Color LaserJet Managed M880; Color LaserJet Managed Flow MFP M880. P/N A2W80A QUANTITY: 2 ITEM 0005: HP Booklet Maker/Finisher (2 / 3 hole) with booklet making/stacker/stapler/booklet folder/saddle stitching/3-bin mailbox/automatic offset 3 tray(s) - for Color LaserJet Enterprise flow MFP M880z, flow MFP M880z+,M855dn, M855x+, M855xh. P/N A2W84A QUANTITY: 2 ITEM 0006: HP NIPRNet Solution SMART card reader - USB government P/N CC543B#201 QUANTITY: 4 ITEM 0007: HP SIPRNet Solution SMART card reader - USB government P/N F8B30A#201 QUANTITY: 15 ITEM 0008: HP Access Control Express License - volume - 10-99 licenses electronic. Includes: Electronic HP Care Pack Software Technical warranty- phone consulting - 3 years - 9x5 - for HP Access Control Enterprise - for Access Control Express. QUANTITY: 19 BRAND NAME LANGUAGE: The offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. Basis for award: The government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (6/15/16) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 6/30/16. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. 52.204-16 Commercial and Government Entity Code Reporting 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offerors Representations and Certifications-Commercial Items Alternate I 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and 52.252-1, Solicitation Provisions Incorporated by Reference 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204.7011 Alternative Line Item Structure 52.204-17 Ownership or Control of Offeror 52.209-5 Certification Regarding Responsibility Matters 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.252-5, Authorized Deviations in Provisions 252.204-7004 Alternate A, System for Award Management 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.203-6 Restrictions on Subcontracting Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-8 -- Utilization of Small Business Concerns 52.219-14 -- Limitations on Subcontracting 52.219-16 -- Liquidated Damages -- Subcontracting Plan 52.219-28 Post-Award Small Business Program Representation 52.217-9 Option to Extend the Term of the Contract 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34, F.o.b. Destination 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003, Control of Government Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7010 Levies on Contract Payments. 252.243-7002, Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements and Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78), 52.222-3, Convict Labor E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209- 6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting 52.204-6, Data Universal Numbering System (DUNS) Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-16-T- 0339. The point of contact for this solicitation is Jen Perez at jeannette.perez1@navy.mil. Please include RFQ N66001-16-T-0339 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84609137817c03230d1d19a6e1072504)
 
Place of Performance
Address: SSC PACIFIC SAN DIEGO, CA
Zip Code: 92152
 
Record
SN04173563-W 20160709/160707234655-84609137817c03230d1d19a6e1072504 (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.