Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2009 FBO #2603
SOLICITATION NOTICE

70 -- Deployable Large Format Printers-A0 Plotters

Notice Date
1/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
CSC080011686
 
Archive Date
2/7/2009
 
Point of Contact
Roxana C. Nichols,, Phone: 7037675766, Carla May,, Phone: 703-767-7874
 
E-Mail Address
roxana.nichols@dtra.mil, carla.may@dtra.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement 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. The Defense Threat Reduction Agency is soliciting for Two (2) Deployable Rugged Large Format Printers-A0 Plotter as to the following specification: Meet or exceed the following requirements of MIL-STD-810: a: Low Temperature Operating, b: High Temperature Operating; c: Impact; d: Vibration; e. Print in color to matte roll paper 36” wide; f: Print resolution of 2400 dpi x 1200 dpi; g: Operate using standard 110 V (U.S.) power; h: 256 MB built-in RAM; i: USB and Ethernet interface; j: Print drivers compatible with Microsoft Windows 2003 and Vista Operating Systems; k: 2 rolls paper per printer delivered with printers; l: one (1) complete set ink cartridges per printer delivered with printers; m: Waterproof and crush resistant storage/carrying case; n: tagged in accorded with IUID requirements. This requirement will be used in the Contingency Operations Division (CSC) Technical Nuclear Forensics Branch in support of the Department of Defense –National Technical Nuclear Forensics (NTNF) Program. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued is CSC080011686. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-12. The applicable NAICS Code for this requirement is 423430 with a size standard of 500 employees. FOB Destination: Defense Threat Reduction Agency, ATTN: Major Osa Penny, CSC, 6200 Mead Road, Fort Belvoir, Virginia 22060-6201. Inspection and Acceptance at Destination. The required delivery date is no later than 30 days from date of award. The following provisions apply to this solicitation, 52.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS; 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7035 Buy American Act—Free Trade Agreements—Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: 52.204-7 Central Contractor Registration, Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33 Payment of EFT-CCR; 52.247-34, F.O.B. Destination. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses apply 252.204-7004 Required Central Contractor Registration. The following DFAR provisions are incorporated by reference 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.225-7036 Buy American Act – Free Trade Agreement-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. Quotes/Offers are due no later than January 23, 2008, 12 Noon Eastern Standard Time. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, vendor is encouraged to be registered in the DoD Central Contractor Registration database (http://www.ccr.gov). Any questions should be submitted in writing via fax number 703-767-4246 or emailed to roxana.nichols@dtra.mil. No contract will be awarded under this procurement at greater than fair and reasonable prices. The full text version of any clause or provision may be found on http://farsite.hill.af.mil/vffara.htm (FAR) or http://farsite.hill.af.mil/VFDFARA.htm (DFAR). No bidders list will be maintained by this office. No paper copies of this RFQ/amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer noncompliant and result in rejection of the same.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0842579f7ec758449db4fc8601429b66&tab=core&_cview=1)
 
Place of Performance
Address: Defense Threat Reduction Agency (DTRA), 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6201, United States
Zip Code: 22060-6201
 
Record
SN01730057-W 20090111/090109222111-0842579f7ec758449db4fc8601429b66 (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.