Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOLICITATION NOTICE

74 -- COPIERS FOR RESTON OIMT-IA OFFICE

Notice Date
1/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424120 — Stationery and Office Supplies Merchant Wholesalers
 
Contracting Office
BIA CENTRAL 00016 12220 Sunrise Valley Drive Contracting Office Reston VA 20191 US
 
ZIP Code
00000
 
Solicitation Number
A16PS00185
 
Response Due
1/22/2016
 
Archive Date
2/6/2016
 
Point of Contact
Johnson, Bianca
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Solicitation Number:A16PS00185 Notice Type: Combined Synopsis and Solicitation Set-Aside for Indian Small Business Economic Enterprise Set-Aside Copiers- Two Model Canon Image Runner Advance C5250G or equal black and white and color copiers. This solicitation is for two Copiers- Model Canon Image Runner Advance C5250G or equal The Bureau of Indian Affairs, Office of Information Management Technology (OIMT) located in 12220 Sunrise Valley Drive, Reston, VA 20191 under The Department of Interior. 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 solicitation is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85.Basis for award: Lowest Price Technically Acceptable. This is an Indian Small Business Economic Enterprise Set-Aside with a NAICS Code of 424120 and the small business size standard is 100 employees. Requirement Details: This solicitation is for two Copiers- Model Canon Image Runner Advance C5250G or equal. Procurement for both copiers should include maintenance and the copier machines should be able to print in both color and black and white. Maintenance should include parts, labor, and toner. Both copiers requested are for purchase and should be brand name or equal. See below for specifications. Delivery Location: 12220 Sunrise Valley Drive, Reston, VA 20191 Delivery Date: Delivery is required thirty days from the contract award date. The following items are requested for purchase: Item Number QTY (Two Model Canon Image Runner Advance C5250G or equal copiers requested) PRODUCT 1.2Canon iR Advance C5250G 2.2DADF Document Feeder (150 Sheets) 3.2UFRII Printing Standard 4.2Color Universal Send (Scanning) 5.2HDD Data Erase 6.2Searchable PDF/XPS, Office Open XML directly to Word & PowerPoint 7.2HDD Data Encryption Kit - C7 8.2Cassette Feeding Unit - AD2 9.2Staple Finisher - J1 10.22/3 Hole Punch - B2 11.2GPR - 30 Black Toner 12.2GPR - 30 Cyan Toner 13.2GPR - 30 Magenta Toner 14.2GPR - 30 Yellow Toner FOB Destination Maintenance : Maintenance B&W /UnitColor / Unit Estimated Monthly Usage 2,000 1,000 Estimated Monthly Cost (Please provide a breakdown of the estimated monthly cost) The following clauses are applicable to this requirement: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ¿brand name or equal, ¿ the purchase description reflects the characteristics and level of quality that will satisfy the Government ¿s needs. The salient physical, functional, or performance characteristics that ¿equal ¿ products must meet are specified in the solicitation. (b) To be considered for award, offers of ¿equal ¿ products, including ¿equal ¿ products of the brand name manufacturer, must ¿ (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by ¿ (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ¿equal ¿ products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ¿equal ¿ product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 1452.280-1 Notice of Indian small business economic enterprise set-aside. As prescribed in 1480.503(d)(3), and in lieu of the requirements of FAR 19.508, insert the following provision in each written solicitation of offers to provide supplies or services when purchasing commercial items under FAR Part 12 or using simplified acquisition procedures under FAR Part 13. If the solicitation is oral, information substantially identical to that contained in the provision must be given to potential offerors. Notice of Indian Small Business Economic Enterprise Set-aside (JUL 2013) Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. (End of provision) 1452.280-2 Notice of Indian economic enterprise set-aside. (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or ¿Native ¿ as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise means any business activity owned by one or more Indians or Indian Tribes that is established for the purpose of profit, provided that: (i) The combined Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise; (ii) the Indians or Indian Tribes shall, together, receive at least a majority of the earnings from the contract; and (iii) the management and daily business operations of an Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in Subpart 1480.8. (b) General. (1) Under the Buy Indian Act, offers are solicited only from Indian economic enterprises. (2) BIA will reject all offers received from ineligible enterprises. (3) Any award resulting from this solicitation will be made to an Indian economic enterprise, as defined in paragraph (a) of this clause. (c) Required Submissions. In response to this solicitation, an offeror must also provide the following: (1) A description of the required percentage of the work/costs to be provided by the offeror over the contract term as required by section 1452.280-3, Subcontracting Limitations clause; (2) A description of the source of human resources for the work to be performed by the offeror; (3) A description of the method(s) of recruiting and training Indian employees, indicating the extent of soliciting employment of Indian persons, as required by DIAR 1452.226-70, Indian Preference, or DIAR 1452.226-71, Indian Preference Program, clause(s); (4) A description of how subcontractors (if any) will be selected in compliance with the ¿Indian Preference ¿ or ¿Indian Preference Program ¿ clause(s); (5) The names, addresses, and descriptions of work to be performed by Indian persons or economic enterprises being considered for subcontracts (if any) and the percentage of the total direct project work/costs they would be performing; (6) Qualifications of the key personnel (if any) that will be assigned to the contract; and (7) A description of method(s) for compliance with any supplemental Tribal employment preference requirements, if contained in this solicitation. (d) Required Assurance. The offeror must provide written assurance to the Indian Affairs that it will comply, or has, complied fully with the requirements of this clause. It must do this before Indian Affairs awards the Buy Indian contract, and upon successful and timely completion of the contract, but before the Indian Affairs Contracting Officer (CO) accepts the work or product. (e) Non-responsiveness. Failure to provide the information required by paragraphs (c) and (d) of this clause may cause Indian Affairs to find an offer non-responsive and to reject it. (f) Eligibility. (1) Participation in the Mentor-Protégé Program established under section 831 of the National Defense Authorization Act for Fiscal Year 1991 (25 U.S.C. 47 note) does not render an Indian economic enterprise ineligible for contracts awarded under the Buy Indian Act. (2) If a contractor no longer meets the definition of an Indian economic enterprise after award, the contractor must notify the CO in writing. The notification must include full disclosure of circumstances causing the contractor to lose eligibility status and a description of any actions that the contractor will take to regain eligibility. Failure to give the CO immediate written notification means that: (i) The economic enterprise may be declared ineligible for future contract awards under this part; and (ii) Indian Affairs may consider termination for default if it is in the best interest of the government. (End of clause) 1452.280-4 Indian economic enterprise representation. Indian Economic Enterprise Representation (JUL 2013) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201.[End of provision] System for Award Management (Jul 2013) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award. (Aug. 1996) 52.233-4 -- Applicable Law for Breach of Contract Claim. (OCT 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Jan 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Oct 2015). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (i) 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) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American--Supplies (May 2014) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) 52.232-34, Payment by Electronic Funds Transfer ¿Other Than System for Award Management (Jul 2013) 52.239-1, Privacy or Security Safeguards (Aug 1996) 52.212-1 -- Instructions to Offerors -- Commercial Items. (Oct 2015) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (Nov 2015) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) Please provide responses by 5:00 p.m. E.S.T, Friday, January 22, 2016 and return the form or indicate the provisions have been appropriately indicated for clause- 1452.280-4. 1452.280-4 Indian economic enterprise representation. Indian Economic Enterprise Representation (JUL 2013).The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201.[End of provision] Please submit your responses electronically to the Contract Specialist at bianca.johnson@bia.gov and Copy the Contracting Officer, Santiago Almaraz at, santiago.almaraz@bia.gov. Responses received after the deadline or without the required information will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS00185/listing.html)
 
Record
SN03993488-W 20160117/160115233834-9a86cced95ae4abc8ceea7961c8cf5a4 (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.