Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

W -- Cost Per Copy Copier Program

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
134 ARW, McGhee Tyson ANG Base, McGhee Tyson ANG Base, TN 37777
 
ZIP Code
37777
 
Solicitation Number
W912L706T0014
 
Response Due
9/8/2006
 
Archive Date
11/7/2006
 
Small Business Set-Aside
N/A
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) Solicitation W912L7-06-T-0014 is being issued as a Request for Quote (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect throug h the Federal Acquisition Circular 2005-12 (04 August 2006). (IV) This solicitation is issued on an unrestricted basis. The associated NAICS Code for this acquisition is 532420; small business size standard is $23.0 Million. (V) It is the intent of the Government to enter into a firm-fixed price (FFP) Cost Per Copy Copier contract for a period of one (1) Base year and four (4) option years. The Contractor's solution will provide all hardware, software, training, licenses, maintenance, supplies (less pape r), etc. that are necessary for the execution of this contract. The program requires Sixteen (16) digital black and white machines providing 25 ppm copier/printer/scan, Nine (9) digital black and white machines providing 30 ppm copier/printer/scan, Three ( 3) digital black and white machines providing 35 ppm copier/printer/scan, One (1) digital black and white plus color machine providing 30 ppm copier/printer/scan, One (1) digital black and white plus color machine providing 40 ppm copier/printer/scan Cont ractor will provide no-hassle satisfaction guarantee for all aspects of the program. (VI) Period of Performance: Base Year plus 4 Option Years. (VII) Place of Performance: 134ARW Tennessee Air National Guard Louisville, TN 37777, FOB Point is DESTINATION. (VIII) The following provisions in their latest editions/revisions apply to this solicitation: (IX) FAR 52.212-1, Instructions to Offerors, Commercial. (X) 52.212-2 EVALUATION--COMMERCIAL ITEMS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:To arrive at a best value decision, t he Contracting Officer will integrate the evaluation of Past Performance and Price.Technical and past performance, when combined, are of equal value. Past Performance Questionnaires can be obtained at https://acquisition.army.mil/asfi/ (XI) FAR 52.212-3 (A lt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their proposal or proof of completion at https://orca.bpn.gov/). (XII) FAR 52.212-4, Contract Terms and Conditions, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XIII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Full text available at (http://farsite.hill.af.mil). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIV) The following clauses are incorporated by reference: 5 2.203-1 Gratuities; 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.209 -6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.215-5 Facsimile Proposals  Fax proposals to 865-985-3335; 52.217-5 Evaluation of Options; 52.219-1 (Alt I), Small Business Prog ram Representation; 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.219-6, Notice of Total Small Business Set-aside; 52.2 19-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-22 Small Disadvantaged Business Status; 52.222-3, Convict Labor; 52.222-19, Child Labor  Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segr egated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer - Central Contract or Registration (31 U.S.C. 3332); 52.233-3, Protest After Award; 52.246-4, Inspection of Services-Fixed-Price; 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if th ey were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); DFARS Clause 252.212-7001 Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (XV) All information relating to this solicitation, including the SOW, changes/amendments, questions and answers, will be posted on the following website: https://acquisition.army.mil/asfi/ and search on solicitation number. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address belo w. All answers (on a non-attribution basis) will also be posted on the above web site. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 2:00 P.M. Eastern Standard Time, 18 August 2006. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation sha ll apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Offers are due to the 134ARW/MSC, 240 Briscoe Drive, Louisville, TN 37777-6227, by 2:00 P.M. Eastern Standard Time, 08 September 2006. Email offers will be accepted at Richard.lusby@tnknox.ang.af.mil. (XVII) Point of Contact is SMSgt Richard Lusby 865-985-3353 or the above e-mail address.
 
Place of Performance
Address: 134 ARW McGhee Tyson ANG Base, McGhee Tyson ANG Base TN
Zip Code: 37777
Country: US
 
Record
SN01118280-W 20060819/060817221526 (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.