SOLICITATION NOTICE
70 -- Bizhub Copiers
- Notice Date
- 9/14/2012
- Notice Type
- Presolicitation
- Contracting Office
- 535 Kearney, Bldg. 338, Fort Leavenworth, KS 66027
- ZIP Code
- 66027
- Solicitation Number
- PR10233481
- Response Due
- 9/19/2012
- Archive Date
- 3/18/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number PR10233481. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 417688. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-19 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Leavenworth, KS 66027 The MCC Leavenworth - MCO Leavenworth requires the following items, Brand Name or Equal, to the following: LI 001, Konica Minolta Bizhub 601 60cpm FS-524 Finisher (50 stapler) HD-510 60 GB HDD Reversing Automatic Document Feeder Automatic Duplex Unit (ADU) IC-208 Image controller PK-505 Punch kit (2/3) SC-506 HDD Encryption kit WT-504 Work Table LU-405 Large Capacity Tray, 2, EA; LI 002, Konica Minolta Bizhub C552 ( sheets Blk&WHT 52 cpm; color 52cpm color scan 78ppm 250 HDD Automatic Docfeeder FS-527 Floor stapler finisher PC,PCL,&XPS print controller 3,150 paper capacity CAC Reader card with software WT-504 for CAC reader card LU-301 Large capacity tray (3,000) sheets SD-509 Sadddle Stitcher FS-527 Pk-517 punch kit for FS-527, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Leavenworth - MCO Leavenworth intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Leavenworth - MCO Leavenworth is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolutions forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866 or 8875 Packages sent by FEDEX or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest procedures. New equipment only, no remanufactured products. For this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g.technical proposal, representations and certifications, etc.) directly to edward.t.sido.civ@mail.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified. The Contractor shall provide a signed copy of the Buy American Act Certificate with their quote. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/ VFDFARA.HTM. The Government will award a purchase/delivery order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Note: The Government will evaluate the bidders ability to meet the delivery terms. The following DFARS clauses shall apply: 252.211-7003 ALT I (Item Identification and Valuation) (DEC 2011), 252.225-7001 (Buy American Act and Balance of Payments)(OCT 2011), 252.232-7003 (Electronic Submission of Payment Requests) (MAR 2008). Information is available at http://farsite.hill.af.mil/VFDFAR1.HTM. All invoices shall be uploaded through Wide Area Workflow. Information is available at https://wawf.eb.mil/. Agency requires registration with the Central Contractor Registry (CCR). Information can be found at www.ccr.gov. The North American Industry Classification System (NAICS) code for this acquisition is 333315. The small business size standard is 500 employees.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/044d927822be28ca32a17f6977dbf140)
- Place of Performance
- Address: Fort Leavenworth, KS 66027
- Zip Code: 66027-1352
- Zip Code: 66027-1352
- Record
- SN02884272-W 20120916/120915001509-044d927822be28ca32a17f6977dbf140 (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 |