Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

70 -- Purchase Printers for PCE

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XHA76261A400
 
Response Due
9/28/2006
 
Archive Date
10/13/2006
 
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. Clauses and provisions may be accessed via the Internet, https://farsite.af.mil or http://www.arnet.far.gov. This announcement constitutes the only solicitation; quotes are being requested not later than 2:00 p.m. on 28 Sep 2006 to include pricing and delivery for all items and a written solicitation will not be issued. Solicitation number F2XHA76261A400 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13.5. The items being purchased are identified as follows: CLIN 0001, 8 each Color network printers with out of the box standard cartridges (not low-capacity toner cartridges) and the printers must meet all of the following salient characteristics: 96-228 MB memory, 17-22 pages per minute, 10/100 NIC, duplex capability, and 3 year warranty; CLIN 0002, 16 each Black and white network laser printers with out of the box standard cartridges (not low-capacity toner cartridges) and the printers must meet all of the following salient characteristics: 64-128 MB memory, 35-45 pages per minute, 10/100 network cards, duplex capability, and 3 year warranty. The solicitation document and incorporation of provisions and clauses in effect through FAC 2005-12, AFAC 2006-0515, DFARS, and DCN 20060908. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Basis for Award: Award will be made to the lowest evaluated prices offer that meets all the required salient characteristics stated in the descriptions, under CLIN 0001 and CLIN 0002.. This acquisition is unrestricted. The North American Industry Classification System code is 423430 with a small business size standard of 500 employees. Contractors must be registered with the Central Contractor Registry (CCR) www.ccr.gov, Wide Area Work Flow (WAWF) https://wawf.ed.mil, and in Online Reps and Certs (ORCA) https://orca.bpn.gov, to be eligible for award of this contract. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Alt 1; Offeror Representation and Certifications ? Commercial Items (Jun 2006), DFARS 252.212-7000, Offeror Representation and Certifications ? Commercial Items (Jun 2005), with the quotation. The following clauses and provisions are incorporated by reference IAW FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) and 52.252-2, Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors ? Commercial Items (Jan 2006), applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Sep 2005), is incorporated into this RFQ and is addended to add the following clauses: Add Paragraph (u), FAR 52.204-4, Printed or Copied Double-sided on Recycled Paper (Aug 2000) and add paragraph (v), FAR 52.204-7, Central Contractor Registration (Jul 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Aug 2006) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52,222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). The following FAR and DFARS clause also applies to this combined synopsis/solicitation: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2006), and the following clauses are applicable under sub-paragraph (b) 252.232-7003, Electronic Submission of Payment Requests (May 2006). The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004 Alternate A (Nov 2003) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003). The following AFFARS clause is hereby incorporated into this solicitation: 5352.201-9101, Ombudsman (Aug 2005) Add the following to paragraph (c) ?Maria G. Beckett, AETC/A7KB, 2035 First Street West, Suite 1, Randolph AFB, TX 78150-4304, (210) 652-6900 (office), (210) 652-4655 (fax), email, maria.beckett@randolph.af.mil. The following Local Clauses are hereby incorporated into this solicitation: Maxwell 114, Required Posters (Feb 2003), Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively http://www.dol.gov/osbp/sbrefa/poster/main.htm, and Maxwell 119, WAWF ? Electronic Submission of Invoice (May 2006) Reference FAR Clause 252.232-7003 ?ELECTRONIC SUBMISSION OF PAYMENT REQUESTS.? Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on ?About WAWF?. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 0 Invoice (Creates Stand-Alone Invoice) 1 Invoice ad Receiving Report (Combo)(Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice(Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes ? (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 ? Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract ? WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code/Ext: Block 9 (Issued by) and Ext: Block 15 (Deliver To) of SF1449 ? This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code/Ext: Not a required field for Air Force contracts. Inspected by DoDAAC/Ext: Block 9 (Issued by) and Ext: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor/Ext: Block 9 (Issued by) and Ext: Block 15 (Deliver to) of SF1449 ? It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: paula. pittman@maxwell.af.mil Contract Specialist: deborah.downey@maxwell.af.mil Contracting Officer: thomas.manning@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. The POC for this requirement is Deborah Downey at (334) 953-3541, or email at deborah.downey@maxwell.af.mil
 
Place of Performance
Address: AFIT/SCX, 2950 Hobson Way, Wright-Patterson AFB, OH 45433, , HQ AU/SCXR, 455 S. Kelly Street, Maxwell AFB, AL 36112
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01152017-W 20060924/060922220635 (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.