SOLICITATION NOTICE
74 -- Lease of Copiers - (Draft)
- Notice Date
- 1/24/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Northern California Acq Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
- ZIP Code
- 96002
- Solicitation Number
- AG-9A73-S-13-0002
- Archive Date
- 2/26/2013
- Point of Contact
- Rebecca Bowles, Phone: 530-226-2703, Jeannie Vaughn, Phone: 530-226-2702
- E-Mail Address
-
rbowles@fs.fed.us, jvaughn@fs.fed.us
(rbowles@fs.fed.us, jvaughn@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax liability or a Felony Conviction. Schedule of Items for Copier Lease GPAT Document Copier Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The Solicitation number is AG-9A73-S-13-0002 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 532420 with a small business size standard of $25 million. A firm-fixed price purchase order will be issued for these Commercial Items. This Request for Quotation is for the month to month lease of two copiers for the USDA, Forest Service. Price should include cost for maintenance and include what is covered under the maintenance agreement. Specifications and Schedule of Items are attached. This requirement must meet the Section 508 and the information, documentation and support requirements from 36 CFR part 1194 Sub part D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Multifunction Machine deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Multifunction Machines delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Multifunction Machines delivered must include a completed GPAT, a sample of which is included as a part of this solicitation Shipping must be FOB destination Conus (continental U.S.) which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified location. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days, not to exceed 30, required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. New equipment only; no re-manufactured or "gray market" items period. All items must be covered by the manufacturers warranty. please specify what warranty period is. Quote must be good for 30 calendar days. Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer; rbowles@fs.fed.us. Verbal questions will NOT be accepted. An award will be made to the responsive offeror (who submits all required submissions on time), who's past performance does not pose a risk to the Government, and who's offer is the lowest price technically acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Governments statement of work or listed specifications whichever is applicable for the purchase. Offeror must be registered in CCR (Central Contractor Registration before an award can be made to them. If the offeror is not registered in CCR, they may do so through SAM (System for Award Management). The website is at https://www.SAM.gov. ORCA Requirement - Company must be registered in Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going through SAM (System for Award Management). This website can be located at https://www.SAM.gov. PROVISIONS AND CLAUSES APPLICABLE TO THIS SOLICITATION ARE LISTED BELOW AND INCORPORATED BY REFERENCE: FAR 52.212-4 Offeror Representations and Certifications - Commercial Items (Nov 20011). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an oferor has not completed the annual representations and certifications electronically at the ORCA website, the offer shall complete only paragraphs (c) through (o) of this provision. The clause can be downloaded from the following website: http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial (JAN 2013); the following FAR clauses are applicable as listed in 52.212-5. FAR 52.203-6 Alt 1 - Restriction on Subcontractor Sales to the Government (OCT 1995) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (APR 2012) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging while driving (AUG 2011) FAR 52-225-3 Buy American Act--Free Trade Agreements--Israeli Trade ACT(NOV 2012) Alternate 1 (MAR 2012) FAR 52.225-5 Trade Agreements (NOV 2012) FAR 52.225-13 Restrictions on Certain Foreign Products (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.233-3 Protests After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. Alternate 1 (Feb 2012) SEE ATTACHMENT TO BE RETURNED WITH QUOTE. Provisions and clauses incorporated by reference in this solicitation can be accessed on-line in full text at the following website: http://farsite.hil.af.mil/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b91700e787b91a54821a3cd09d7dd932)
- Place of Performance
- Address: 6101 Airport Road, Redding, California, 96002, United States
- Zip Code: 96002
- Zip Code: 96002
- Record
- SN02971657-W 20130126/130124234458-b91700e787b91a54821a3cd09d7dd932 (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 |