Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

70 -- Digital Thermal Minilab DKS 900

Notice Date
6/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, National Acquisition Center, 6650 Telecom Drive Intech Two, Suite 100, Indianapolis, IN, 46278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PR20029164
 
Response Due
6/20/2007
 
Archive Date
6/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 document will not be issued. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) PR20029164. The combined synopsis/solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-15. This RFQ is being conducted as a 100% small business set aside. The NAICS code for this requirement is 443120. The size standard is $8 million. It is incumbent upon prospective offerors to monitor the FEDBIZOPS web page for any/all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. The Customs and Border Protection (CBP) has a requirement for the following Digital Imaging Inc. items: Kis DKS 900 (S) modular thermal system, IMAGUS 1500 Scanner, Negative, slited, B&W film, Resolution 2800 dpi ultra scan, 350 dpi pre-scan, 1400 dpi high scan, 135 film, APS, slides, 210-220, Auto defect removal & dust & dirt, 52 rolls ? 24 exp. X hr., A4 Epson Scanner Perfection, Flat & transparency adapter, DKS software, Star Program for retouching, Paper: ID photo, 3.5x5 up to 44? w/Epson plug-in 9800, 680 photos per roll of paper, 330 prints per hour, Resolution 3134 x 2508 pixels, mat, brilliant, luster, Archive 50,000 images, Network connect, Accepts memory. No chemical mixing required, Software included. Premium DKS software package. Eye Tech premium software. Warranties: One year parts and service. Training and start-up materials included. Price to include delivery and installation. Pricing shall be FOB Destination. Delivery should be within 30 days after receipt of order. PROVISIONS AND CLAUSES: All quotations must include a completed 52.212-3 (Nov 2006), Offeror Representations and Certifications/Commercial Items or certify that annual representations and certifications have been completed via the Online Representation and Certification Application (ORCA) via the ORCA website at www.bpn.gov. Prospective vendors must be actively registered with the CCR system. Failure to be actively registered will result in disqualification. Website is http://www.bpn.gov. Further information may be obtained at website http://orca.bpn.gov. or http://www.ccr.gov. All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov/xopnbiz/regulations/. Of the available clauses, the following apply and are incorporated by reference: The Clause 52.211-6, (Aug 1999), Brand Name or Equal. The Clause 52.212-1 (Sept 2006), Instructions to Offeror -- Commercial Items. The clause 52.212-4 (Feb 2007), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (Nov 2006), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items: 52.233-3, Protest After Award (Aug 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 5.225-1, Buy America Act-Supplies (June 2003); 52.225-2, Buy America Act Certificate (June 2003); 52.225-3, Buy America Act-Free Trade Agreement-Israeli Trade Act (Nov 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). The Government intends to make an award to a single offeror who can provide all items identified and as specified herein. Successful offeror shall be the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, which meets the Name Brand or Equal Specifications provided above. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered to meet Government requirement to include detailed outline/description of training offered (2) Price and price related factors. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written responses will be accepted. E-mail responses must be in MS Word, Excel or PDF format. All responses to this notice shall be received no later than June 20, 2007, 3:00 p.m. Eastern Standard Time (EST). The attached justification and approval is provided for other than full and open competition for this purchase (see attached file titled JOFOC Form 20029164.doc).
 
Place of Performance
Address: Customs and Border Protection, 1 La Puntilla Street, Customhouse, San Juan PR
Zip Code: 00901
Country: UNITED STATES MINOR OUTLYING ISLANDS
 
Record
SN01317540-W 20070615/070613220658 (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.