Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

34 -- InVision si2 3d Printer System

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
RFP0206914
 
Response Due
4/17/2006
 
Archive Date
5/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) The solicitation is Number 0206914 and the solicitation is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. (iv) This acquisition is set-aside for small business and the associated North American Industry Classification System code is 423830 and the small business size standard is 100 employees. (v) Contract Line Item Number (CLIN) 0001: InVision si2 3D Printer with Thermo Jet trade-in credit and removal of Thermo Jet?Quantity 1; CLIN 0002: Installation/Training)?Quantity 1; CLIN 0003: Nine (9) Month Extended Warranty?Extends 90-Day Warranty to One Year)?Quantity 1; and CLIN 0004: Freight/Shipping Charges. (vi) The InVision si2 3D Printer System shall include a ninety (90) day warranty period, InVision print client software (network usage), product documentation, and two (2) platforms. Training shall be provided for two technicians (typically 4 hours). The Warranty shall include free software upgrades for one year and telephonic technical support. (vii) System shall be delivered and installed within 30 days of receipt of a government purchase order and shall be F.O.B. Destination within Consignee?s Premises at the Federal Bureau of Investigation (FBI), 2501 Investigation Parkway, Room B110, Quantico, Virginia 22135. Training shall also be onsite at the FBI?s facility. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Addendum to FAR 52.212-1, Paragraph 10? Past Performance information shall be an evaluation factor. Offerors are requested to provide three recent and relevant contracts for the same or similar items and shall include the contract numbers, points of contact with telephone numbers, and other relevant information. (ix) The provision at FAR 52.212-2, Evaluation?Commercial Items is applicable. The specific evaluation criteria included in paragraph (a) of this provision is: (i) technical capability of items offered to meet the Government requirements; (ii) price; and (iii) past performance. Technical and past performance, when combined are equal when compared to price. (x) Offerors responding to this combined synopsis/solicitation shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause at FAR 52.212-5 apply to this acquisition: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644); (14) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126); (16) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 111246); (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); (24)(i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (JAN 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286)); (ii) Alternate I (JAN 2004) of 52.225-3; (26) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (27) 52.225-15, Sanctioned European Union Country End Products (FEB 2000) (E.O.12849); (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); (c) (1) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.); and (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (xiv) Not applicable. (xv) Numbered Notes 1 and 12 are applicable to this acquisition. (xvi) The offers are due by 4 p.m. local time, April 17, 2006, and shall be submitted to the FBI, Information Technology Contract Unit, Module E-3, 1000 Custer Hollow Road, Clarksburg, WV 26306, via mail; facsimile at (304) 625-5391; or e-mail at susmith@leo.gov. (xvii) For information regarding the solicitation, you may contact Susan J. Smith at (304) 625-2441 or via e-mail at susmith@leo.gov.
 
Place of Performance
Address: Federal Bureau of Investigation, 2501 Investigation Parkway, Room B110, Quantico, VA
Zip Code: 22135
Country: USA
 
Record
SN01025478-W 20060413/060411220419 (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 |
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.