SOLICITATION NOTICE
74 -- HP COLOR LASERJET 5550dtn LASER PRINTER
- Notice Date
- 5/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- R10PS80397
- Response Due
- 5/10/2010
- Archive Date
- 5/4/2011
- Point of Contact
- Mai Dailey Contract Specialist 3034452446 mdailey@usbr.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION HP COLOR LASERJET 5550dtn LASER PRINTER 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 and in accordance with the Simplified Acquisition Procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number #R10PS80397 being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated March 23, 2010. (iv) This requirement is a total Small Business set-aside and only qualified offerors may submit bids. The associated NAICS Code is 423430. The Small business size standard is set at 100 employees or less. (v) This combined synopsis/solicitation is for the following commercial item(s), New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. CLIN 001: HP COLOR LASERJET 5550dtn LASER PRINTER, MFR Part #Q3716A#ABA; Quantity 1. No other brand or models will be accepted. (vi) Description of requirements for the items to be acquired: CLIN001: HP COLOR LASERJET 5550dtn LASER PRINTER, MFR Part #Q3716A#ABA. No other brand or models will be accepted. (vii) Required delivery 30 days after receipt of order. Delivery shall be FOB Destination to Bureau of Reclamation, 6th & Kipling St., Denver Federal Center, Bldg 67, Entrance E-3, Denver CO 80225-0007. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the Government, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. (viii) The following provisions are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial; (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on the following factors. Offers will be evaluated on:(1) Ability to meet the required delivery date of 30 days after receipt of order, quote shall include delivery date; (2) Ability to provide the lowest price quote meeting the technical requirement set forth above, quote shall include all pricing for all line items, including shipping; The Government reserves the right to make an award without discussion. The Government reserves the right to award on all or none basis. (x) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov/. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Alternate II: 52-219-6, Notice of Small Business Set Aside; 52-222-3, Convict Labor; 52-222-19, Child Labor; 52-222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52-232-33 Payment by Electronic Fund Transfer. (xiii) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these and any clauses may be accessed electronically at http://acquisition.gov/far/index.html. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 12:00 pm Mountain Standard Time, Thursday, May 10, 2010, and must include the following: Company name, address phone numbers, DUNS number, CAGE code, itemized quote. Quotes shall be delivered via email to mdailey@usbr.gov. (xvi) Any questions regarding this solicitation shall be directed to Mai Dailey at mdailey@usbr.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d63b6eda64dfead55ca659a9c8eac006)
- Place of Performance
- Address: US-DOI, BUREAU OF RECLAMATIONDENVER FEDERAL CENTERDENVER, CO
- Zip Code: 802250007
- Zip Code: 802250007
- Record
- SN02139291-W 20100506/100504234744-d63b6eda64dfead55ca659a9c8eac006 (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 |