Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SOLICITATION NOTICE

35 -- Embroidery Machine

Notice Date
9/9/2020 7:32:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
W7NL USPFO ACTIVITY NEANG 155 LINCOLN NE 68524-1801 USA
 
ZIP Code
68524-1801
 
Solicitation Number
W50S8920QBX13
 
Response Due
9/18/2020 8:00:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
Danielle A. Nuss, Phone: 4023098269
 
E-Mail Address
danielle.nuss.2@us.af.mil
(danielle.nuss.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. Funds are not presently available for this acquisition.� No contract award will be made until appropriated funds are made available. Solicitation Number: W50S89-20-Q-BX13 is issued as a Request for Quote (RFQ) Solicitation Date: 9 September 2020 Description: Firm Fixed Priced Contract for the following items: Embroidery machine with installation and training, 1 each, Barudan BEKE-S1501CBIII or equal product: Commercial machine (not home use) Single Head 15 needle or greater Standalone feature (not tied to a computer to run) LCD/LED viewing screen Able to sew on thicker materials (IE canvas, laminated vinyl�s, upholstery materials etc.) Embroidery machine stand with casters 15x17 inch sewing field (minimum) Hoop and outlines centering feature Machine memory capacity 70 million stitches or greater 2 each thumb drives (minimum) or CD/DVD capable Startup kit to include basic supplies, oil, bobbins, needles, backing materials, machine maintenance tools. 2 each 12cm hoops 2 each 15cm hoops 2 each 18 cm hoops 2 each 380x438 oblong hoops 2 each cap frames Digitizing software requirements: Run on Windows 7 or higher Must be able to support the Embroidery machine being purchased Licensed Ability to support different levels of users expertise Ability to receive scanned images Quotations Due: NLT 10:00 a.m. CST, 18 September 2020.� Quotes may be emailed to danielle.nuss.2@us.af.mil or danielle.nuss.1@us.af.mil, or delivered to: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE� 68524-1801. Points of Contact: Danielle Nuss, (402) 309-8269, danielle.nuss.2@us.af.mil FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524 Items shall be received and training completed NLT 90 days ADC. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a).� The North American Industry Classification System (NAICS) Code is 333249 and the small business size standard is 500 employees.� Classification Code is 3530 � Industrial Sewing Machines and Mobile Textile Repair Shops. *** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://piee.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, effective 31 August 2020. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation � Commercial Items applies and the following evaluation factor will be considered to meet the minimum requirements of the government: Lowest price that meets the solicitation requirements and past performance. Past Performance � Relevant and recent past performance will be reviewed. The Government will evaluate past performance information through the Past Performance Information Retrieval Systems (PPIRS.) The Government will review up to the three (3) most recent contracts which the quoter has performed or is currently performing that are similar in size, scope, and complexity to this requirement. A contract is considered recent if it was completed within the last three (3) years of the closing date of the RFQ or is currently being performed. Quoters are also advised that only relevant experience will be evaluated for the purposes of past performance; however, the absence of past performance data will be rated neither favorably nor unfavorably (i.e. neutral). Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The following FARS provisions or clauses apply: 52.211-6, 52.232-39, 52.232-40.� The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7011, 252.204-7012, 252.204-7015, 252.204-7018, 252.211-7003 (will be incorporated in full text), 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7048, 252.225-7974, 252.232-7003, 252.232-7006 (will be incorporated in full text), 252.232-7010, and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at https://www.acquisition.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fd02247ff41b49c0a830aebca32fdebe/view)
 
Place of Performance
Address: Lincoln, NE 68524, USA
Zip Code: 68524
Country: USA
 
Record
SN05791649-F 20200911/200909230145 (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.