SOLICITATION NOTICE
74 -- Printers
- Notice Date
- 12/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-13-PRINTERS
- Response Due
- 1/8/2013
- Archive Date
- 2/18/2013
- Point of Contact
- Jocelyn Shively, 703-704-0825
- E-Mail Address
-
ACC-APG - Washington
(jocelyn.shively@us.army.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 Subpart 12.6, 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. Network: 10/100 BaseT Must meet DoD IAVA compliance, Network security authentication, Hard drive over write process to ensure that data on hard drive is wiped (If leased then Government must take ownership of hard drive at end of lease) Color printing on plain paper: 35 ppm (600X600 x8 bit or greater) B&W printing on plain paper: 35 ppm Average monthly usage color: 4000 Average monthly usage B&W: 3500 Duplex Automatic Document Feeder (100 sheet min); Duplex Scan to desktop and/ or email in pdf, jpeg, and tiff file formats (user selectable resolutions: 600 Dpi, 400 dpi, 300 dpi, 200 dpi, and 100 dpi) Reduction enlargement 25 to 400% Common Access Card capable Single to double sided printing Double to Double sided printing Double to single sided printing Minimum Paper Handling: 8 quote mark x11 quote mark, 8 quote mark x14 quote mark, and 11 quote mark X17 quote mark using paper stock up to 140 lb index (reduced speeds allowed for paper heavier than 28 lb. paper) Minimum 2000 sheet paper capacity with minimum 2 trays Collate/staple finishing options 120V/ less than 20amp Energy Star Qualified Shipments are to be FOB Destination. All items are to be shipped to: Army Contracting Command-APG Attn: Technology, Logistics, and Security Division 6001 Combat Drive Aberdeen Proving Ground, MD 21005 The anticipated award date is 20 days from the issuance of this combined synopsis/solicitation. Delivery shall be made within 30 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1 Instructions to the offerors-Commercial FAR 52.212-2 Evaluation-Commercial items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract terms and conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders FAR 52.215-6 Place of Performance FAR 52.242-17 Government Delay of Work FAR 52.7050 Administrative Data/ Instructions to Paying Office DFARS 252.204-7003 Control of Government Property DFARS 252.212-7001 Contract terms and conditions required to implement statutes or Executive Orders applicable to defense acquisitions of commercial items. This clause includes the following: 252.232-7003, 52.2222-3, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-29, 52.232-33, 52.232-36, and 52.204-7 FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright infringement FAR 52.227-3 Patent Indemnity DFARS 252.227-7015 Technical Data-Commercial Items DFARS 252.227-7016 Rights in Bid or Proposal DFARS 252.227-7017 Identification and Assertion of Use DFARS 252.227-7025 Limitation on the Use or Disclosure of Government-Furnished information marked with restrictive legends DFARS 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFARS 252.227-7028 Technical data or computer software previously delivered to the government DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.243-7001 Pricing of Contract Modifications The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; The Government intends to make an award on a competitive basis to the offeror who submits the lowest price, technically acceptable offer. To be considered technically acceptable, all requirements specified in paragraph 2 must be met, and the offer must be deemed responsive to the terms of this solicitation and responsible by the Contracting Officer. Award may be made without discussions. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes shall be submitted by email to: jocelyn.n.shively.civ@mail.mil NO LATER THAN 5 PM on 8 January 2013. Late offers will not be considered for award. The email subject line should include the phrase quote mark W909MY-13-F- PRINTERS. quote mark All requests for further information must be in writing and via email to the above address; telephone requests for additional information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a05ac03810fcf27720bcdc8d63bd6eca)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02953959-W 20121222/121220235819-a05ac03810fcf27720bcdc8d63bd6eca (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 |