MODIFICATION
70 -- Production Scanners - Amendment 1
- Notice Date
- 5/14/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Harrisburg, 5404 J Avenue, Building 404, New Cumberland, Pennsylvania, 17070, United States
- ZIP Code
- 17070
- Solicitation Number
- SP7000-18-Q-1067
- Archive Date
- 6/2/2018
- Point of Contact
- Chad R. Parent, Phone: 7177708665
- E-Mail Address
-
chad.parent@dla.mil
(chad.parent@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment to extend and revise specifications. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) number SP7000-18-Q-1067. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-97 effective 24 JAN 2018, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180504 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2018-06. This acquisition is set-aside for small business. The associated North American Industrial Classification System (NAICS) code is 334118 and the small business size standard is 1,000 Employees. DLA Document Services Philadelphia has a requirement for the purchase of two (2) Brand Name or Equal to Fujitsu fi -7700, Production Class Flatbed Document Scanners. Specifications Include High CAP ADF at least 300 Sheets, at least 50 to 600 DPI, Simplex/Duplex in color (grayscale or monochrome), at least 200 images per page, Must accept a wide variety of documents (e.g. bond, index, tyvek), Document size minimum 2 in. x 2.72 in. to at least Document size maximum 12 in. x 220 in. straight paper path, enhanced paper jam detection to avoid document damage, skew reduction, auto color detection, blank page detection. QTY 2 @ $_________________ EACH = $_______________ TOTAL CLIN 0001 - Deliver to: DLA Information Operations-Philadelphia, 700 Robbins Ave., Building 4d, Philadelphia, PA 19111 (Quantity 2) Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended price for CLIN (5) Technical information (as stated below under FAR 13.106-2) (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies. Additional required clauses other than those above may be included as Addenda on the award document. All questions and inquiries should be addressed via email to the Contract Specialist POC, Chad.Parent@dla,mil - Request for Quotation Number SP7000-18-Q-1067. Offerors responding to this announcement must submit their quotation via email to Chad.Parent@dla.mil. All quotes must be received by 18 MAY 2018 at 11:00 AM Eastern to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SP7000-18-Q-1067/listing.html)
- Place of Performance
- Address: DLA Information Operations-Philadelphia, 700 Robbins Ave., Building 4d, Philadelphia, Pennsylvania, 19111, United States
- Zip Code: 19111
- Zip Code: 19111
- Record
- SN04922098-W 20180516/180514231017-ca3fc06436a01f188d976c40a5851e14 (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 |