Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

70 -- LAMINATOR AND SCANNERS - THIS SYNOPSIS REPLACES W91BOA71935001

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W91BOA71935000
 
Response Due
9/7/2007
 
Archive Date
11/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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. Purchase Request number W91BOA71935000 is issued as a Request for Quote (RFQ). This request for Quote is due by 4 Sep 2007, 11:45 AM (local time). The RFQ will result in a firm fixed p rice contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 423420. The United States Property and Fiscal Office of the Washington Army National Guard is s oliciting quotes to procure the following supply or services: CLIN 0001 42 inch industrial, wide format, laminating machine, 240V, 30A, 3 inch standard core, 0-10 FPM speed, ? inch maximum aperture; accepts low-melt, thermal, and pressure-sensitive films ; variable roller pressure; roll size up to 8 in diameter; ready and wait indicator lights; independent upper and lower electronic temperature controls with LED display; spring-loaded, adjustable pressure on lamination pull rollers, for smooth even lamina tion; auto-grip shafts for easy film loading; heavy-duty, multiple speed, reversible motor; sturdy feed table with adjustable guides; top grade silicone rubber rollers; heavy duty chain and sprocket drive; 4 high capacity forced air cooling fans; with stan d, slitter kit, release liner rewind and foot switch 1 ea $__________. CLIN 0002 42 inch scanning area. Accepts up to .6 inch/15.2mm thick originals. 508ppi optical and 2400ppi enhanced with 0.1 percent line accuracy. 200-dpi color scanning @ 3 inch / 76mm per second and 200-dpi monochrome scanning @ 10 inch / 253mm per second. 2.6 GHz processor speed. Pentium 4 or better. 1 GB Internal Memory. 30 GB Hard Drive or better. Ethernet Network Interface. Macro-installer w ith Windows drivers. Touchscreen graphic display with keyboard and DVD/CD reader/writer. Stand and Basket assembly. Dust Cover. Installation Service. 1 year, Next Business day onsite hardware and support (Maintenance) service. 1 ea $______________. CLI N 0003 Optical marks reading scanner, dual-side read capability, as well as options for automatic feed of up to 1500 sheets per hour or greater, sheet thickness/double-sheet detector, skew detection safeguard and operator message display. Must be able to read Mark Reflex and Trans-Optic forms. Must be capable of reading both pencil and ink forms and must be able to print information (such as scores or results rollup) to the scanned sheets. Input capacity must be greater than 75 sheets. Installation of scanner and scan software required. Training on the operation of machine is also required. 1 ea $ ___________ The offeror must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EF T) capability. Will vendor take payment by credit card? Yes____ No_____. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in the offerors proposals. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer. All FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clau ses and provisions apply to this RFQ and are incorporated by reference: provision 52.204-7, Central Contractor Registration, provision 52.212-1, Instructions to Offerors-Commercial items (Jan 200 5); provision 52.211-6, Brand name or Equal (Aug 1999); 52.212-3 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items (Apr 2007); provision FAR clause 52.212-4, Contract T erms and conditions-Commercial items (Oct 2003); FAR clause 52.212-5 (Dev), Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005), 52.219-6 Notice of Small Business Set Aside, 522.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52,232-33 Payment by Electronic Funds Transfer, 52.23 3-3 Protest After Award, 52.252 Clauses Incorporated by Reference (http://farsite.hill.af.mil), 52.222-35 Equal Opportunity for Special Disabled veterans, 52.222-37 Employment Reports on Special Disabled veterans, 252.225-7035 Buy American Act, applies to this RFQ. Point of contact: Donna Pratt at 253-512-8319 or Fred Quintana at 253-512-8309. Quotations can be emailed to donna.pratt@wa.ngb.army.mil
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
Country: US
 
Record
SN01389385-W 20070831/070829221759 (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.