SOLICITATION NOTICE
74 -- Tabbing Office Equipment
- Notice Date
- 6/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423420
— Office Equipment Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- PFPAPPD4310104BASIC
- Archive Date
- 7/16/2010
- Point of Contact
- Janice T. Johnson, Phone: 7036963756
- E-Mail Address
-
janice.johnson@whs.mil
(janice.johnson@whs.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 will not be issued. The solicitation number is PFPAPPD4310104BASIC; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 423420. The business size standard is 100 employees. The Federal Supply Class (FSC) is 7490 Standard Industrial Classification (SIC) is 5044. The Washington Headquarters Service, Acquisition and Procurement Office (WHS/A&PO) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase 3 Certified Tabbing Machines and 1 Certified Tabletop Tabbing Machine for the CBRNE Laboratory Mailing and Screening facility. The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any; and Make or model number. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. This request for quotation consists of the following: CLINManufactuerDescriptionPart NumberQty 0001StaplexTabster1.5 Electric Wafer Seal Applicator3 0002AccufastTabberKT21 Additional Information: (1)The Government desires delivery of all parts 20 days ARO, but no later than 35 days ARO, and anticipates awarding a purchase order for these items on or about mid June, 2010. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) The contractor shall provide all necessary labor, equipment, tools, materials, supervision, shipping included, and other items and services necessary to perform the highest quality services to produce specified equipment for the CBRNE Laboratory Department. The following services are required: Tabbing Machine: a.Must apply 1or 2 self adhesive tab per envelope and does not require manual manipulation to reset machine for the next tab to be applied. b.Must automatically apply 1 self adhesive tab per envelope and no manual manipulation for reset for next tab to be applied. c.Must apply 30 tabs (2 per envelope) within 1 minute including manual mainipulation time. d.Must use 1 inch self adhesive tabs e.Must custom print and/or tamper evident self adhesive tabs available for use with the machine. f.Must be able to tab “mixed mail” with thickness up to 1/8”. g.Must weigh less than 15 lbs. h.Must allow operator to choose placement of tab on each individual envelope without having to make maual adjustments to the machine. i.Must be durable enough to withstand applying 3000 single in a 6 hour period, daily. j.Maximum machine dimensions 12” x 7” x 17” (length, height, width) k.Must be able to be used with a 115 volt power supply, 4 amps maximum Tabletop Tabbing Machine: a.Must be able to automatically apply 1 self adhesive tab per envelope and does not require manual manipulation to reset machine for next tab to be applied. b.Must be able to be a single or double tab to individually pieces. c.Must be able to single or double tab 12,000 pieces per hour, uses 1.0 inch tabs d.Must custom print and/or self adhesive tabs available for use with the machine. e.Must have the ability to tab “mixed mail” with thickness up to ¼” and up to 16” in length f.Must be adustable with independent tabbing heads, allowing for single or duel tabbing, adustable tab edge distance from 3” to 10”. g.Must weigh less than 60 lbs. h.Must be a table top application: maximum dimensions 16” X 20”X 24” (length, height, and width). i.Must be durable enough to withstand applying 4000 single tabs or 8000 double tabs in a 6 hour period, daily. j.Must be able to be used with a 115 volt power supply. (4) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to janice.johnson@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 12:00 PM Eastern Standard Time on July 1, 2010. (5) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. Delivery Address: Attn: James Lewis CBRNE Laboratory Division 9000 Defense Pentagon Eads St Washington, DC 20301 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in.FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires 36.25%. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to janice johnson@whs.mil NO LATER THAN July 1, 2010, 12:00 PM, EST. Point of contact is Janice Johnson, telephone 703-696-3756
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/PFPAPPD4310104BASIC/listing.html)
- Place of Performance
- Address: The Pentagon, Washington, District of Columbia, 20301, United States
- Zip Code: 20301
- Zip Code: 20301
- Record
- SN02187778-W 20100626/100624235552-e1c22414b780cab42a53c269fe59c1d6 (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 |