Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

36 -- TWO (2) IMAGE RUNNER C3200 COPIERS WITH MAINTENANCE AND SUPPLIES (EXCEPT PAPER)

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 RCO-SW PO BOX 1609 Oceanside, CA 92051-1609
 
ZIP Code
92051-1609
 
Solicitation Number
M203710300806
 
Response Due
9/18/2003
 
Archive Date
10/18/2003
 
Point of Contact
KIMBERLY V JOHNSON 760-725-8128 BEVERLY HARDY 760-725-8128
 
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. This announcement constitutes the only solicitation. A WRITTEN SOLICITATION WILL NOT BE USED . This requirement is being issued as a request for quote. The Request for Quote number is M2037103SU00806. The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-09 and DCN 2002/07/30. This solicitation is not restricted regarding business size. NAICS 323115 applies. The Regional Contracting Office SouthWest, Camp Pendleton has a requirement for the following items which are manufactured by Canon USA Inc. Clin 0001: Qty 2 each . Two (2) Full Color Copier Imagerunner C3200 Color Copier or equal. Salient characteristics are as follows: 32 pages per minute full color and B/W . Clin: 0002 Qty 2 each . Duplexing Automatic Document Feeder K1 or Equal. Clin 0003: Qty 2 each . Saddle Finisher N-2 or Equal . Clin 0004: Qty 2 each . Side Paper Deck ?P1. Clin 0005: Qty 2 each . Plain Pedestal ?C1. Clin 0006 : Qty 2 each . Color Universal Send Kit-A1P, Clin 0007: Qty 2 each . Color network multi-printer, PDL. Clin 0008: Qty 2 each .Image Runner Security Kit-A1P. All items shall include a maintenance monthly plan that includes all supplies (Toner, Staples, Labor,Drums except paper) ana a allowance of at least 3000 color and 3000 black and white prints per month. All Items are to be located at Building 13144 S-4, Camp Pendleton, California 92055. This requirement is being issued as a Request for Quotation. The Government will award a contract resulting from this solicitation to the responsible off eror whose offer, brand name or equal conforming to the solicitation, will be considered the best value to the Government. The following factors shall be used to evaluate offers: technical, past performance, price, and delivery time. A quotation for this work shall be submitted via mail to the Regional Contracting Office, Attn: Kimberly Johnson, Bldg 22180; Camp Pendleton, CA 92055, or via fax to (760) 725-8445, or via email at johnsonkv@pendleton.usmc.mil. The quotation shall include a proposed price for the procurement of two (2 ) color copiers with the Accessories described above, as well as the required certification and representations described below. Note: A separate Order will be issued for the Maintenance of both copiers and their accessories for a Base year (12 months) with 2, 12 month option periods. The quotation selected for award shall be incorporated into the resulting contract award document. The following FAR Clauses/Provisions apply: 52.203-3, Gratuities, 52.2 12-1, Instructions to Offerors- Commercial Items, 52.212-3, Offeror Representations and Certifications- Commercial Items, (Copies of 52.2 12-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far), 52.212-4 Contract Terms and Conditions- Commercial Items, 52.2 12-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-3 6 Affirmative Action for Handicapped Workers, 52.222-3 7 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.222-41). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a si milar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.2 12-3, Offeror Representations and Certification- Commercial Items with their offer. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and be considered for future discussions and/or award. Questions regarding the solicitation shall be submitted no later than Sept 17, 2003. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before September 19 2003 at 12:30 p.m. PST. All responsible sources in compliance with the above may submit a quote that will be considered. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number receiving facsimile equipment is 760-725-8445. The government reserves the right to make award solely on facsimile quotes. The complete original quote shall be submitted if requested by the contracting officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number of the contracting officer on the first page to ensure proper receipt.
 
Web Link
click here to view combined solicitation/synopsis
(http://www.neco.navy.mil)
 
Record
SN00432576-W 20030913/030911213545 (fbodaily.com)
 
Source
FedBizOpps.gov 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.