Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2004 FBO #1034
SOLICITATION NOTICE

75 -- Printer Toner Cartridges and Supplies

Notice Date
9/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
424120 — Stationery and Office Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-04-Q-4555
 
Response Due
9/27/2004
 
Small Business Set-Aside
Total Small Business
 
Description
FISC Norfolk Detachment Philadelphia intends to procure printer toner cartridges and supplies for the Naval Inventory Control Point in Mechanicsburg, PA. Request for Quotation (RFQ) N00140-04-Q-4555 contemplates an indefinite delivery type firm fixed price order. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This is a 100% Total Small Business Set-Aside. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions, which may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 424120. It is requested that qualified sources submit a quote for the following Contract Line Item Numbers (CLINs): CLIN 0001: (37 each) Lexmark T520 - High Yield, Mfr# LEX12A6835; CLIN 0002: (37 each) Lexmark T622 - High Yield, Mfr# LEX12A6865; CLIN 0003: (1 each) HP Office Jet G85 - HP45, black, 2-pack, Mfr# HPC6650AN; CLIN 0004: (52 each) XEROX Phaser 6200DP Black, High Yield, Mfr#16200800, CLIN 0005: (47 each) XEROX Phaser 6200DP - Cyan, High Yield, Mfr# 16200500; CLIN 0006: (46 each) XEROX Phaser 6200DP - Magenta, High Yield, Mfr# 16200600; CLIN 0007: (45 each) XEROX Phaser 6200DP - Yellow, High Yield, Mfr# 16200700; CLIN 0008: (11 each) XEROX Phaser 6200DP - Fuser, Mfr# 16201400; CLIN 0009: (14 each) XEROX Phaser 6200DP - Transfer Roller, Mfr# 108R00592; CLIN 0010: (11 each) XEROX Phaser 6200DP - Imaging Unit, Mfr# 16201200; CLIN 0011: (4 each) Lexmark Jet Printer X5150 - Lex 83, Tri color, Mfr# 18L0042; CLIN 0012: (5 each) Lexmark Jet Printer X5150 - LEX 82, Black, Mfr# 18L0032; CLIN 0013: (8 each) XEROX Phaser 8200 - Yellow, High Yield, Mfr# 016-2047-00 (5-pack); CLIN 0014: (8 each) XEROX Phaser 8200- Cyan, High Yield, Mfr# 016-2045-00 (5-pack); CLIN 0015: (8 each) XEROX Phaser 8200 - Magenta, High Yield, Mfr# 016-2046-00 (5-pack); CLIN 0016: (11 each) XEROX Phaser 8200 - Black, High Yield, Mfr# 016-2044-00 (10-pack); CLIN 0017: (5 each) XEROX Phaser 8200 - Maintenance Kits, Mfr# 016-1932-00; CLIN 0018: (16 each) XEROX 4400 - High Capacity, Mfr# 113R00628; CLIN 0019: (2 each) XEROX 4400 - Maintenance Kits, Mfr# 108R00497; CLIN 0020: (31 each) XEROX 5400 - High Capacity, Mfr# 113R00495; CLIN 0021: (6 each) XEROX 5400 - Maintenance Kits, Mfr# 109R00521; CLIN 0022: (10 each) Lexmark 750 - Cyan, High Yield, Mfr#10B042C; CLIN 0023: (9 each) Lexmark 750 - Yellow, High Yield, Mfr# 10B042Y; CLIN 0024: (9 each) Lexmark 750 - Magenta, High Yield, Mfr# 10B042M; CLIN 0025: (13 each) Lexmark 750 ? Black, High Yield, Mfr# 10B042K; CLIN 0036: (1 each) HP Laser Jet 4000TN ? Max Capacity, Mfr#HPC4127X. Date of delivery and quantity of supplies to be established by government agency upon placement of each order throughout the life of the purchase order. All supplies are to be delivered FOB Destination to one of the two following: Naval Inventory Control Point, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0791 or Naval Inventory Control Point, 700 Robbins Ave., Philadelphia, PA 19111. Specific delivery point to be designated upon placement of order. The provision at 52.212-1, Instructions to Offerors ? Commercial Items, is applicable to this procurement. Offerors are advised to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their offer. The following FAR provisions and clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions ? Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, which includes: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.247-34, F.O.B. Destination. Additional contract terms and conditions that apply to this procurement are 252.204-7003, Control of Government Personnel Work Product; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7036, Buy American Act-Free Trade Agreements ? Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; and 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card. Addenda to FAR 52.212-1 is DFARS 252.204-7004, Central Contractor Registration (CCR), Alternate A. All contractors must be registered in the CCR database to be considered for award. Registration is free and can be completed online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All quotes shall include price(s), FOB point, a Point of Contact (POC) name and phone number, GSA Contract Number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the contractor to meet all specifications and requirements. Quotes shall be received at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave, Philadelphia, PA 19111 no later than 4PM (local time) on 27 September 2004. All responses may be submitted to Tammy Corti via e-mail at tamara.corti@navy.mil, or via facsimile at (215) 697-5418; please reference Control Number 2004-4555. Note: quotes in excess of 10 pages total in length will not be accepted by facsimile. For additional information concerning this requirement, please contact Tammy Corti, Code O2P21X, at (215) 697-9646.
 
Place of Performance
Address: Naval Inventory Control Point-Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, PA, 17055 -OR- Naval Inventory Control Point-Philadelphia, 700 Robbins Ave, Philadelphia, PA 191111
Country: US
 
Record
SN00680723-W 20040925/040923212543 (fbodaily.com)
 
Source
FedBizOpps.gov 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.