Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOLICITATION NOTICE

36 -- Gerber Solara Ion X Wide Format UV Flatbed/Roll Printer or equal

Notice Date
9/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W3D90263A003
 
Archive Date
9/30/2010
 
Point of Contact
Ryan Phillips, Phone: 4067314039
 
E-Mail Address
ryan.phillips.11@malmstrom.af.mil
(ryan.phillips.11@malmstrom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION BRAND NAME GERBER PRINTER OR EQUAL MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W3D90263A003. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423430 with a small business size standard of 500 employees. (v) CLIN 0001: Brand name Gerber or equal Solara Ion X Wide Format UV Flatbed/Roll Printer CLIN 0002: Printer specific starter kit (to include cleaning supplies) CLIN 0003: Latest Version of Onyx Postershop software and required printer drivers CLIN 0004: Full set of ink (One each of Cyan, Magenta, Yellow and Black) CLIN 0005: Installation and Training (vi) The contractor shall provide a Gerber Solara Ion X or equal to meet the following specifications: - 2 printheads per color - 720 dpi - Print width 64"x120" full bleed - Roll-to-roll - Accept up to 1" material thickness - Drop-on-demand UV curable ink with UV curing lamps - Rigid and flexible application capable inkset - Ethernet TCP/IP connectivity - Ability to print on the following materials: reflective vinyl, polystyrene, aluminum, cabinet-grade plywood, an backlit vinyl - Printer specific starter kit (to include cleaning supplies) - Latest Version of Onyx Postershop software and required printer drivers - Installation and Training - One full set of ink (vii) Delivery shall be no later than 45 days after receipt of order. FOB: Destination, at: 341 CES Bldg 470 MALMSTROM AFB, MT. 59402-8780 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet specifications. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. ORCA must be current at the time of award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.211-7003 Item Identification and Valuation 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Transportation of Supplies by Sea Alt III 252.247-7024 Notification of Transportation of Supplies by Sea 5352.201-9101 Ombudsman (HQ AF Global Strike Command/A7K, 41 Orville Wright, Ste 202, Barksdale AFB, LA71110-2415, 318-456-6336) THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship To Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 4:00 PM MST, Tuesday, 28 Sep 2010. All quotes must be emailed to ryan.phillips.11@malmstrom.af.mil or faxed to (406) 731-4005 to the attention of A1C Phillips. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to A1C Phillips at (406) 731-4039 or e-mail address ryan.phillips.11@malmstrom.af.mil or Darrell Ross at (406) 731-3586 or e-mail address darrell.ross@malmstrom.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W3D90263A003/listing.html)
 
Place of Performance
Address: Malmstrom AFB, Great Falls, Montana, 59405, United States
Zip Code: 59405
 
Record
SN02293568-W 20100925/100923234635-c6f6874de8ea787ac44e4a5811e9a2c4 (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.