Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2005 FBO #1400
SOLICITATION NOTICE

70 -- Small Business Set-Aside for 40 Inch LCD Monitors, Speakers and Mounts

Notice Date
9/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
USPFO for Hawaii, 4208 Diamond Head Road, Honolulu, HI 96816-4495
 
ZIP Code
96816-4495
 
Solicitation Number
WX3LLP51581501
 
Response Due
9/27/2005
 
Archive Date
11/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 cons titutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number WX3LLP51581501 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses ar e those in effect through Federal Acquisition Circular 2005- 5, 26 August 2005 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050901. It is the contractor's responsibility to be familiar with applicable clauses and provisions . This acquisition is solicited as a small business set-aside. The North American Industry Classification System code is 334119 with a small business size standard of 1000 employees. The Government intends to issue a Firm-Fixed Price contract for the fol lowing items: CLIN 0001 Samsung SyncMaster 40 LCD Monitor, 403T (Brand Name or Equal), Qty 7; CLIN 0002 Samsung Speaker Pair, SPL403TB (Brand Name or Equal), Qty 7; CLIN 0003 Chief Manufacturing Wall Mount, PDS-2136 (Brand Name or Equal), Qty 4; CLIN 0004 Chief Manufacturing Low Profile Mount, PLP-2136 (Brand Name or Equal), Qty 3; and CLIN 0005 Shipping: FOB Destination. Deliveries are accepted Tuesdays through Thursdays from 7:30 a.m. to 3:30 p.m. except Federal holidays (unless approved by the contracting officer). For accountability reasons, Contractor shall make one complete ship ment (unless otherwise authorized by the Contracting Officer). No split shipments of individual Line Items. Payment will be made upon acceptance by the Government for the complete order, i.e., no payment for partial deliveries. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response s hall consist of price. BASIS FOR AWARD: Award will be made to the lowest priced offeror whose quote conforms to this synopsis/solicitation. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; and DFARS 252.225-7000, Buy American Ac t-Balance Payment Program Certificate with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper, and (v) 52.223-5, Po llution Prevention and Right-to-Know Information. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of To tal Small Business Set-Aside, 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52 .222-36 - Affirmative Action for Workers With Disabilities; 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3 - Buy American Act -- Free Trade Agreements--Israeli Trade Act; 52.2 25-13 -Restrictions on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products; 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clause under paragraphs (a ) and (b) is applicable: 252.225-7001 - Buy American Act and Balance of Payments Program. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors. NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil. All quotes must be for all items as stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due by Noon (12:00 PM Hawaii Standard (Local) Time) on 27 September 2005. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All proposals must be faxed to (808) 733-4397, Attn: Tom Madeira, e-mailed to tom.madeira@us.army.mil (subject: WX3LLP51581501), or mailed to O/USPFO for Hawaii, ATTN: Purchasing & Contracting Division, Honolulu, Hawaii 96816-4495.
 
Place of Performance
Address: USPFO for Hawaii 4208 Diamond Head Road, Honolulu HI
Zip Code: 96816-4495
Country: US
 
Record
SN00903556-W 20050926/050924211832 (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.