Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

70 -- TEMPEST All-In-One (Digital Sender/Copier/Printer)

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA10Q0251
 
Response Due
9/8/2010
 
Archive Date
3/7/2011
 
Point of Contact
Name: Steven Haines, Title: Contract Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
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 SAQMMA10Q0251 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 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000.00 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 2010-09-08 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, TEMPEST COLOR LASERJET DIGITAL SENDER/COPIER/PRINTER, 220V/50Hz. Brand Name Or Equal to API DAT205/ TEMPEST LEVEL I HP COLOR LASERJET CM3530 ALL IN ONE DIGITAL SENDER/COPIER/PRINTER; 220V. SALIENT SPECIFICATIONS:TEMPEST LEVEL 1 PER NSA TEMPEST REQUIREMENTS;512MB RAM, Digital Sending Software, 220V euro power cord; Maximum Monthly Duty: 75,000 impressions; Digital Sending Capabilities: embedded scan to email, send to network folder; File formats: PDF, JPEG, TIFF, MTIFF;Max Copying Speed: Up to 31 ppm (color/black/white);Max Copying Resolution: Up to 600x600 dpi (color/black/white);Max Document Enlargement: 400%;Max Document Reduction: 25%;Max Copies: 999 multiple pages;Auto Duplexing required;Max Printing Resolution: Up to 1200 x 600 dpi (color/black/white);Max Printing Speed: Up to 31 ppm (color/black/white);Optional Scanning Resolution: Optical Resolution: 600 x 600 dpi;Min Original Size: 3.9 in x 5.8 in;Max Original Size: Legal (8.5 in x 14 in);Supported Media Type: Transparencies, envelopes, plain paper, cards, labels, recycled paper;Standard Media Capacity: 350 sheets;Max Media Capacity: 850 sheets;Output Trays Capacity: 250 sheets;Handling Details: Input tray, 350 sheets, Legal (8.5 in x 14 in), Output tray, 250 sheetsPC Connection: Fiber Ethernet.Dimensions without tray 3:Height 22.1 inches (56.1 cm);Width 21.4 inches (54.3 cm);Depth 20.4 inches (51.8 cm);Weight 106.7 lbs (39.8kg)., 50, EA; LI 002, Consumables kit for the All-In-One quoted in Line Item 001. Shall include one each of the following: BLACK PRINT CARTRIDGE (10,500 PAGES);CYAN PRINT CARTRIDGE (7,000 PAGES);YELLOW PRINT CARTRIDGE (7,000 PAGES);MAGENTA PRINT CARTRIDGE (7,000 PAGES)., 50, EA; LI 003, Maintenance kit for the All-In-One quoted in Line Item 001. Shall include one each of the following:FUSER 220V [50HZ];INTERMEDIATE TRANSFER BELT KIT;80GB SATA HARD DRIVE 2.5";ADF ROLLER KIT (CONTAINS ROLLER & PAD)., 50, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State 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. Department of State 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ The following atachments are available with the solicitation on www.fedbid.com: "dd_form_254_-_1015015376.pdf" and "ael_specifications_for_the_department_of_state_tempest_products.docx". This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://www.arnet.gov/far DOSAR:http://statebuy.state.gov/dosar DOSAR 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) is hereby incorporated by reference. (a) The Department of States Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1693, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (b) The Department of States Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the AQM contracting activity ombudsman, Lisa Million, at tel. 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1693, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (End of provision) (a) The Contractor shall deliver one (1) unit of Line Item 001 within 90 calendar days from the date of this contract to the Government, in accordance with the attchment entitled "ael_specifications_for_the_department_of_state_tempest_products.docx" for first article tests. Shipping documentation shall contain this contract number and the Item identification in accordance with all instructions elsewhere in this order. The characteristics that the first article must meet are specified elsewhere in this contract (See line items). (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor -- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractors expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror and have been accepted by the Government. The Offeror may request a waiver. (End of clause) This solicitation requests TEMPEST information technology equipment, for use by Government entities for processing classified information. Therefore, quoted equipment must comply with the requirements of the National TEMPEST Standard, NSTISSAM TEMPEST/1-92, Compromising Emanations Laboratory Test Standard, Electromagnetics, dated 15 December 1992. The National Security Agency (NSA) certification process substantiates that the company has in place the manufacturing capability and product assurance controls necessary to ensure the continued TEMPEST integrity of the product following certification and that these capabilities are applied to the product. Separate lists are provided for products that meet the Level I and Level II requirements.In order to be eligible for award, the offeror must be an NSA-certified U.S. TEMPEST product manufacturer, eligible to use a commercial TEMPEST test service facility which NSA has certified, in performance of this contract. The NSA Certified TEMPEST Test Services List (CTTSL) is a list of commercial TEMPEST test service facilities which NSA has certified, under the auspices of the NSA Certified TEMPEST Test Services Program (CTTSP), for use by Government departments and agencies, U.S. Government contractors, and eligible U.S. TEMPEST product manufacturers to conduct TEMPEST testing related to the development and production of TEMPEST products. NSA certification of a TEMPEST test service facility is a statement that the facility complies with the technical, security, personnel, equipment, and operational requirements specified in the CTTSP Technical and Security Requirements Document (TSRD). NSA certification and placement of a facility on the CTTSL occurs when the Company demonstrates that it operates test service facilities with the requisite personnel, test equipment inventory, calibration and maintenance requirements delineated in the TSRD. NSA does not make, by virtue of its certification, any warranty or representation regarding the quality of services provided by the certified facility. (a) A facility security clearance at the SECRET level is required for contractperformance in accordance with the DD Form 254, Department of Defense Contract Security Classification Specification, attached to this contract. (b) Since it will be necessary for some Contractor personnel to have access to classified material and/or to enter into areas requiring a security clearance, each Contractor employee requiring such access must have an individual security clearance commensurate with the required level of access prior to contract performance. Individual clearances shall be maintained for the duration ofemployment under this contract, or until access requirements change. (c) The Contractor shall obtain a Department of State building pass for all employees performing under this contract who require frequent and continuing access to Department of State facilities in accordance with DOSAR 652.237-71"IDENTIFICATION/BUILDING PASS." (d) Performance of this contract shall be in accordance with the attached DD Form 254, Department of Defense Contract Security Classification Specification and FAR 52.204-2 "SECURITY REQUIREMENTS." (e) Classified material received or generated in the performance ofthis contract shall be safeguarded and disposed of in accordance with the National Industrial Security Program Operating Manual (DOD 5220.22-M). FAR clause 52.204-2 Security Requirements is hereby incorporated by reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA10Q0251/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN02268159-W 20100905/100903235614-6fce5515d79c76cdb1b3b2f702653230 (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.