Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

70 -- RFP# 72030620R00013 - Printer Toner Supplies

Notice Date
8/10/2020 1:19:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325910 — Printing Ink Manufacturing
 
Contracting Office
USAID/AFGHANISTAN DULLES VA 20189 USA
 
ZIP Code
20189
 
Solicitation Number
720306
 
Response Due
8/24/2020 8:59:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
Manaye Abera, Shireenzada, Lutfullah
 
E-Mail Address
mabera@usaid.gov, lshireenzada@usaid.gov
(mabera@usaid.gov, lshireenzada@usaid.gov)
 
Description
Combined Synopsis/Solicitation: i) This is a combined synopsis/solicitation (�solicitation�) hereafter, which is expected to result in award of a firm-fixed- price contract for providing Printer Toner Supplies, as per the attached Requirement Description. The solicitation 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. This announcement constitutes the only solicitation; proposals are being requested. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the solicitation; (2) that receives a rating of �Acceptable� on the Technical Capability evaluation factor; (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. The offeror proposed goods must be genuine/original products as such the Government doesn't accept any gray market product.� The offered price should be fair and reasonable based on the prevailing market price for similar items/goods. � ii) Solicitation #72030620R00013. This solicitation is issued as a request for proposal (RFP). � iii) This solicitation document and incorporated provisions and clauses by this reference are those in effect through Federal Acquisition Circular 2005-99 � iv) No set asides are contemplated for this award. The NAICS code is 325910. � v) The solicitation will be accomplished under the authority of FAR Part 12, Acquisition of Commercial Items. � vi) Please see the attached document entitled �Requirement Description� which contains Nine (9) line items including of Air Freight charges. The quantities and units of measure that describe this requirement are illustrated in the Requirement Description.� Proposals consisting of different items or grey market products other than the goods described in the contract line item numbers and items with their corresponding quantities and units of measure will not be considered for award. � vii)�This requirement is for original products ONLY. We will NOT accept remanufactured/refurbish, gray market or compatible products.� Original product is defined as a new product that is designed, manufactured, and distributed by the manufacturer for use bearing their brand name. � viii) Please submit your Proposals in accordance with the instructions specified in attached Requirement Document. Please ensure that your response includes all requested supplies and clearly demonstrates your company�s capability to meet the requirements specified in the attached requirement document. The Government prefers to award based on initial offers, without holding negotiations or discussions. Therefore, it is critical that you are fully responsive to the solicitation and submit your best offer initially. The Government, however, reserves the right to seek clarifications and conduct discussions and/or negotiations if determined to be in the Government�s best interest. Proposals consisting of something other than the required goods described in the Requirement Document will not be considered for award. � ix) Basis of Award and Evaluation Criteria: Award will be made to the responsible offeror whose offer conforms to the requirements, and is determined to provide the best value to the Government utilizing the Lowest Price Technically Acceptable (LPTA) source selection process, considering the evaluation factors outlined below. � Technical Compliance � goods proposed match those goods listed in the attachment titled �Requirement Description� as described in paragraph (vi) and (vii) of this solicitation. The proposed goods must be genuine products as such the Government doesn't accept any gray market product � Delivery terms proposed by offeror: a clear description of the method of delivery proposed to address the issue raised in paragraph (xi) of this solicitation; � Past Performance � Past performance information shall include prior experience and similar performances undertaken by the contractor. � Price - The Government will evaluate the Offeror�s proposed price to ensure that the offered price is fair and reasonable. � Buy American Act: This solicitation is subject to �Buy American Act� and as such is open for United States vendors only. � x) Submission date and contact details: Proposals must be received not later than August 24, 2020, 11:59 PM Eastern Time. Offerors shall submit electronic offers via KBLaidexo-procurement@usaid.gov. All questions must be submitted not later than August 17, 2020 to Manaye Abera (Mabera@usaid.gov), Lutfullah Shireenzada (Lshireenzada@usaid.gov) and KBLaidexo-procurement@usaid.gov. Any correspondence sent via e-mail must contain the subject line �Solicitation 72030620R00013.�� The contact for information regarding the solicitation is Manaye Abera (Mabera@usaid.gov) and Lutfullah Shireenzada (Lshireenzada@usaid.gov). � Xi) Shipping address and instruction: Shipping Address: U.S Embassy Kabul Great Massoud Road Kabul, Afghanistan Att: USAID/Procurement Division � Door to Door (D2D) shipping must be arranged and handled by the vendor to the aforementioned destination. Shipping Instruction:�Shipments to Kabul, Afghanistan are different than anywhere else in the world for various reasons with safety and security at the top of the list.� Taking this into consideration,�it is strictly forbidden to use the local postal office as a shipping point to USAID/Afghanistan.� In addition, the DPO/APO address is not authorized for official bulk shipments. Hence, all shipments must be arranged through Express or Cargo using (D2D) method: xii) Contract Clauses: FAR 52.204-16 -- Commercial and Government Entity Code Reporting FAR 52.204-18 -- Commercial and Government Entity Code Maintenance FAR 52.211-5 -- Material Requirements. (AUG 2000) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items FAR 52.222-50 -- Combating Trafficking in Persons.� (MAR 2015) FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011) FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. (JUN 2008) FAR 52.232-1 -- Payments (APR 1984) FAR 52.232-39 -- Unenforceability of Unauthorized Obligations. (JUN 2013) FAR 52.233-3 -- Protest after Award. (AUG 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. (OCT 2004) FAR 52.243-1 -- Changes - Fixed-Price. (AUG 1987) FAR 52.244-6 -- Subcontracts for Commercial Items. (APR 2015)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44c8e4986a254c1c85b25a1aa0813ba0/view)
 
Place of Performance
Address: AFG
Country: AFG
 
Record
SN05751836-F 20200812/200810230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.