Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

70 -- Lexmark Printer Toner - Bill of Materials - J&A Redact

Notice Date
9/17/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA860419F1327
 
Archive Date
10/5/2019
 
Point of Contact
Thomas G. Cybriwsky, Phone: 9372553398
 
E-Mail Address
thomas.cybriwsky@us.af.mil
(thomas.cybriwsky@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted J&A Bill of Materials NETCENTS-2 NETCENTRIC PRODUCTS SOLICITATION: Only quotes from NETCENTS-2 NETCENTRIC PRODUCTS awardees will be considered for this requirement. This Request for Quotes (RFQ) is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation numbered FA8604-19-F-1327 incorporates the provisions and clauses of the FAR and applicable FAR supplements in effect through Federal Acquisition Circular (FAC) 2005-99. Please reference this solicitation number in the subject line of responses to this RFQ. This requirement is for Lexmark Printer Toner. See the attached Bill of Materials for specific requirement specifications. OPTION(S) if applicable: Delivery is 30 days After Receipt of Order (ARO). The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition The provision at 52.212-2, Evaluation - Commercial Items, applies; the only evaluation factor being price The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition Discretionary use of FAR provisions and clauses: The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in FAR 12.302. For example: (1) The contracting officer may include appropriate clauses when an indefinite-delivery type of contract will be used. The clauses prescribed at FAR 16.506 may be used for this purpose. (2) The contracting officer may include appropriate provisions and clauses when the use of options is in the Government's interest. The provisions and clauses prescribed in FAR 17.208 may be used for this purpose. If the provision at 52.212-2 is used, paragraph (b) provides for the evaluation of options. All items in this solicitation are subject to the Trade Agreements Act (TAA) restrictions contained within DFARS 252.225-7021. The Defense Priorities and Allocations System (DPAS) rating for this order is DO-A7. Award will be made to the lowest price, technically acceptable, responsive, responsible NETCENTS-2 offeror. The Government may conduct Interchanges with one, some, none or all Offerors at its discretion. Vendors submitting a response to any RFQ that includes a requirement for supplies or services that have incurred, or that may incur, lapses in maintenance support shall include as part of its response any applicable reinstatement fee(s). This solicitation is not a guarantee that an order will be placed, and the Government reserves the right, without penalty, to cancel or amend it at any time. Anticipated Award Date is: 25 September 2019 Lt Col Brian E. Miller has been appointed as the Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals, or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the Contract Specialist at the e-mail address or phone number listed below. You may contact the Ombudsman at brian.miller.15@us.af.mil Proposals are due by 04:15 PM Eastern 20 September 2019. Proposals shall be sent via email to thomas.cybriwsky@us.af.mil. Any questions regarding this acquisition should be directed to the Contract Specialist, Thomas Cybriwsky, by telephone or email at (937) 255-3398 and thomas.cybriwsky@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA860419F1327/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05447234-W 20190919/190917230859-c20085bc64e3e96a008a2a77e2755870 (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.