Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOLICITATION NOTICE

70 -- Large Format Multifunction Printer

Notice Date
7/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC5189AW01
 
Response Due
8/7/2015
 
Archive Date
9/27/2015
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@us.af.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number F6THCC5189AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 02 July 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150626. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 423430 with total employees not to exceed 100. Description of Requirement: The WA ANG located at McChord Field, WA is in need of: CLIN 0001: (QTY 1 ea.) Large Format Multifunction Printer with the following minimum essential characteristics: -Multi-color thermal inkjet (Black, Gray, Cyan, Magenta & Yellow) -36 quote mark roll paper -Print from any computer in the facility -Preferred to have large internal print memory with the ability to use computer memory when required due to very large files -Ability to print all sizes to include all architectural sizes (A, B, C, D, & E) -Must be able to print in multiple print languages to include JPEG, TIFF, DWG, PDF, CAD 7 Visio -Scan - gray scale & color. Ability to scan all architectural sizes (A, B, C, D, & E) -Copy - gray scale & color. Ability to cop all architectural sizes (A, B, C, D, & E) -Minimum 2 year warranty on all parts 7 labor -Include two extra print cartridges of each color and two additional rolls of 36 quote mark paper HP Designjet T2500 eMultifunction printer Note: The Federal Government is exempt from sales tax, please do not include in quote **EQUAL PRODUCTS WILL BE ACCEPTED**. A firm fixed price contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. Minimum essential characteristics must be met to qualify as technically acceptable. Delivery requirement: 30 days ARO, FOB Destination to McChord Field, WA. Exact address will be provided upon award. Quote Information: Telephone quotes will not be accepted. Quotes must be submitted and received no later than 2:00 PM Pacific Time 7 August 2015. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: Matthew Richard, phone: (509) 247-7223 Alternate Buyer: Dennis Jutras, phone: (509) 247-7221 Emails: 141MSG.MSC@us.af.mil SAM Registration: Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 423430. Vendors may register at: http://www.sam.gov. Please contact the 141st Contracting Office if you require assistance 141MSG.MSC@us.af.mil or (509) 247-7223. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Contractors must be registered with SAM prior to contract award at: www.sam.gov Contractors must be register through Wide Area Work Flow (WAWF) at http://wawf.eb.mil to submit electronic payment invoices. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award in DFARS 252.232-7006) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.232-7006 Wide Area Work Flow.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC5189AW01/listing.html)
 
Place of Performance
Address: Western Air Defense Group 852 Lincoln BLVD McChord Field WA
Zip Code: 98438
 
Record
SN03814350-W 20150731/150729235114-8c99f4409cd3ddc149b2fb52b4ae5336 (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.