Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2015 FBO #4821
MODIFICATION

70 -- Large Format Printing/Scanning System

Notice Date
2/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-T-0092
 
Archive Date
2/21/2015
 
Point of Contact
Kestin J. Howard, Phone: 9375224606, Toxie Courtney III, Phone: 937-522-4568
 
E-Mail Address
kestin.howard@us.af.mil, toxie.courtney.1@us.af.mil
(kestin.howard@us.af.mil, toxie.courtney.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in an award for Printing System on a firm fixed price basis, as described in the attachment titled "Requirement." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Total Evaluated Price (TEP): The TEP will be calculated as: (i) The extended price (unit quantity multiplied by unit price) for CLIN 0001. This acquisition is a Full and Open Competition under North American Industry Classification System (NAICS) Code 334118. Size standard is 1,000 employees. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Synopsitation Number: FA8601-15-T-0092 This requirement is for Printing System. Delivery Destination: 88 MSG LGRS - Equipment 5236 Chase St. BLDG 257 WRIGHT-PATTERSON AFB, OH 45433-5501 FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. Synopsitation Closing Date: 12:00 p.m. (NOON) (Eastern Time) on 6 February 2015 Send Proposals To: AFLCMC/PZIOBB Attn: Kestin Howard 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via fax or e-mail to: Fax- 937-257-2825 and email kestin.howard@us.af.mil Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-15-T-0092." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to either Kestin Howard telephonically at (937) 522-4606 or via e-mail at kestin.howard@us.af.mil. This synopsitiation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-78, effective 26 Dec 2014; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20151115, effective 15 Jan 2015; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 1 Oct 2014. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014) 52.212-2, Evaluation Factors-Commercial Items (Oct 2014) [The factors are listed below in the order of importance.]. The evaluation factors for the fill-in portion of this provision will be: - Responsiveness to the terms and conditions of the solicitation - Technical Acceptability - Price 52.212-3, Contractor Representations and Certifications-Commercial Items with Alternate I (Dec 2014); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Dec 2014) The clauses that are check marked as being applicable to this purchase are: -52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); -52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161) - 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014) - 52.219-28 Post-Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)) - 52.222-3 Convict Labor (June 2003) (E.O. 11755) - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014 (E.O. 13126) - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007) - 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) -52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514) -52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) - 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) FAR 52.252-4, Alterations in Contract (Apr 1984) (Insert in full text: "FAR 52.212-4(j) Reserved") The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.211-7003 Item Identification and Valuation (Dec 2013) 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Nov 2014) 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors. (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); 252.232-7006 Wide Area WorkFlow Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (April 2014) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.223-9000 Elimination of Use of Class 1 Ozone Depleting Substances (ODS) (Nov 2012) The following local clause will be included in subsequent award. Full text version is available upon request: AFLCMC/PZIO H-002 Delivery Procedures Commercial Vehicles (Jul 2005); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov ATTACHMENTS: 1. Requirement 2. Security Specifications AMENDMENT: Some extra questions have been asked about the printing system media in general. 1.) What type of media will be printed onto? 2.) Are you printing on anything besides bond paper? 3.) What size are the required prints/copies? For example, up to 36" wide media? The answers to these questions can be found below in these provided requirements. -Printer: OCE Colorwave 650 Brand Name or Equal QTY: 1 EA -Must be able to support AUTOCAD/CAD formats. -Color Printer, toner based -Prints black and white and color -Media Input, up to 6 rolls of various sizes at one time, auto select and self-loading of media -1200 dpi print engine -Must be able to handle 500 or 650 foot rolls, 8" to 42" sized prints -Must be able to print on Mylar or Velum as well as your matte, glossy and bond paper. -Quality Print- High Quality sharp lines and detail, must be water resistant, with zero drying time. -Large Capacity hard drive for Spool Queue (270 GB minimum) -200 prints per hour -Scanner: OCE TCS4 Brand Name or Equal QTY: 1 EA -High Speed, large format -Color, Monochrome and Grayscale modes -600 dpi - Printer/HD Scanner meets the security specifications for multiple users to access the printer/scanner capability. Please tailor your bids accordingly to these requirements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0092/listing.html)
 
Place of Performance
Address: National Museum of the United States Air Force, 1100 Spaatz Street, Dayton, Ohio, 45431, United States
Zip Code: 45431
 
Record
SN03632261-W 20150205/150203235428-7659cc75f48f4acb35b04c2a57108fe4 (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.