Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2015 FBO #5040
SOLICITATION NOTICE

70 -- Brand Name Only - Zebra-Zenith ZXP7 Dual-Sided Card Printers and Supplies

Notice Date
9/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1942 Gaffney Street, Suite 100, JBPHH, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N0060415T3158
 
Response Due
9/15/2015
 
Archive Date
3/13/2016
 
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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N0060415T3158 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-09-15 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Camp H M Smith, HI 96861 The FLC - Pearl Harbor requires the following items, Exact Match Only, to the following: LI 001: Zebra ZXP Series 7 dual-sided card printer with USB and Ethernet connectivity. Quoter must be an authorized re-seller of Zebra Technologies Corporation. This line item shall also include shipping costs to final destination in Hawaii., 7, EA; LI 002: Blank white graphics quality cards (500 cards per sleeve). Quoter must be an authorized re-seller of Zebra Technologies Corporation. This line item shall also include shipping costs to final destination in Hawaii., 10, Sleeves; LI 003: Zebra ZXP Series 7 Print Station and Cleaning Kit which includes ? 12 feeder, print path and laminator cleaning cards, 12 cleaning swabs, and 3 adhesive cleaning cards. Quoter must be an authorized re-seller of Zebra Technologies Corporation. This line item shall also include shipping costs to final destination in Hawaii., 3, Kits; LI 004: HID 2001NGGNN iClass Contactless Smart Cards. Quoter must be an authorized re-seller of Zebra Technologies Corporation. This line item shall also include shipping costs to final destination in Hawaii., 1000, Cards; LI 005: Zebra YMCKO Zebra I Series Ribbon for 430i duplex printer (330 1-sided color cards per ribbon). Quoter must be an authorized re-seller of Zebra Technologies Corporation. This line item shall also include shipping costs to final destination in Hawaii., 50, Rolls; LI 006: Zebra ix Series YMCKO 4-color ribbon with topcoat (750 1-sided color cards per ribbon). Quoter must be an authorized re-seller of Zebra Technologies Corporation. This line item shall also include shipping costs to final destination in Hawaii., 14, Ribbons; 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, FLC - Pearl Harbor 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. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, 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 offerors require additional clarification, notify the point of contact or 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. Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.204-7: System for Award Management 52.204-13: SAM Maintenance 52.209-2: Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1: Instructions to Offerors -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6: Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor 52.222-19: Child Labor--Cooperation with Authorities and Remedies 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Equal Opportunity for Workers With Disabilities 52.222-50: Combating Trafficking in Persons 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-39: Unenforceability of Unauthorized Obligations 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.247-34: FOB Destination This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://farsite.hill.af.mil/vffara.htm This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.203-7998: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements? Representation. (DEVIATION 2015-O0010) 252.203-7999: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) 252.204-7003: Control of Government Personnel Work Product 252.204-7004 Alt A: System for Award Management 252.204-7011: Alternative Line Item Structure 252.204-7012: Safeguarding of Unclassified Controlled Technical Information 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7001: Buy American Act & Balance of Payments Program 252.225-7002: Qualifying Country Sources as Subcontractors 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments 252.239-7017: Notice of Supply Chain Risk 252.239-7018: Supply Chain Risk 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3158/listing.html)
 
Place of Performance
Address: Camp H M Smith, HI 96861
Zip Code: 96861-4026
 
Record
SN03877974-W 20150911/150910000126-49e025ff7e911e6d4aa48f07334d4ec4 (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.