Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2008 FBO #2349
SOLICITATION NOTICE

74 -- Folder/Inserter

Notice Date
4/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, 45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W81DJG80706242
 
Response Due
5/6/2008
 
Point of Contact
Name: Jennifer Cordeiro, Title: Contract Specialist, Phone: 3157723406, Fax: 3157728277
 
E-Mail Address
jennifer.cordeiro@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W81DJG80706242 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 423420 with a small business size standard of 100 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-05-06 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Formax FD6100 Low Volume Folder Inserter or equal. Salient characteristics: Large clearly marked control panel with step by step instructions guide operators through setup and operation. Up to nine jobs can be programmed so that recurring and frequent jobs can be processed with the push of a button. Folds and inserts at speeds of up to 23 pieces per minute and can hold up to 100 sheets/inserts in each feeder. Semi-automatic mode folds up to five stapled or unstapled sheets of paper in one motion. The document feeder swap mode maximizes output by filling both sheet feeders with the same documents, this feature allows for a total sheet feeder capacity of up to 200 sheets. Quiet operation and a compact desktop fits in any office environment. 100 Hopper capacity inserts. 1380 forms per hour. 3000 duty cycle monthly. 100 Hopper capacity envelopes. Maximum sheet size 8 4/5 inches by 14 inches. Minimum paper size 3 1/8 inches by 5 7/8 inches. Maximum paper size 8 7/8 inches by 14 inches. Maximum insert size 8 4/5 inches by 14 inches. Maximum envelope size 9 inches by 4 4/5 inches. Minimum insert/BRE size 3 1/8 inches by 5 7/8 inches. Max insert/BRE size 4 1/8 inches by 8 7/8 inches. Minimum envelope size 3 inches by 8 29/40 inches. Maximum envelope size 4 7/8 inches by 9 1/2 inches. Dimensions are 24 1/5 inches by 16 1/2 inches by 20 7/10 inches. Voltage 110V. Hertz 50. Standard folds are letter and double parallel. Automatic feed sheet capacity. 99 pounds shipping weight. Manual feed sheet capacity of 5 sheets. Sheet feeder capacity of 100 sheets. Two sheet feed trays. 100 envelope feeder capacity. Digital display. Four digit counter. Paper jam detection. Programmable jobs. Shipping cost must be included in price., 1, EA; LI 002, Machine set-up installation and training for up to eight hours. Individual needed to come out to Fort Drum and explain the operation of the machine. Individual should explain how to change the paper and sorters and review what maintenance is required., 1, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to <jennifer.cordeiro@us.army.mil> (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The Offeror must comply with the following commercial item terms and conditions. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (The full text of FAR Provisions may be accessed electronically at http://farsite.hill.af.mil/ ), FAR 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors, FAR 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: Award shall be made to the lower priced, timely, responsive quoter whom meets the required salient characteristics); 52.212-3 Offeror Representations and Certifications. DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items. The Offeror must comply with the following commercial item terms and conditions. FAR 52.252-2 Clauses Incorporated by Reference (The full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil/), FAR 52.204-7 Central Contractor Registration (CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov.), FAR 52.212-4, Contract Terms and conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following FAR clauses cited within 52.212-5 are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004 Alt A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, apply to this acquisition, DFARS 252.232-7010 Levies on Contract Payments. The following Clauses cited within 252.212-7001 are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, and 252.247-7023 Transportation of Supplies by Sea. Solicitation provision FAR 52.211-6, Brand name or Equal, is applicable. Award shall be made to the responsive, responsible quoter providing the lowest price in keeping with the terms of this request for quote. If equal is noted, the bidder is required to submit the specifications to jennifer.cordeiro@us.army.mil or fax to (315) 772-6406 by the close of bidding time. Equal will be submitted to user and user must deem equal item to be acceptable. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). Delivery shall be made within 30 days or less after receipt of order (ARO) unless otherwise specified. New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 60 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). FAR and DFARS provisions and clauses are current to the most recent dates posted on http://farsite.hill.af.mil IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=96c24591dcabe4818618b5d725b40051&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN01564356-W 20080502/080430222219-96c24591dcabe4818618b5d725b40051 (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.