Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2015 FBO #4883
MODIFICATION

70 -- Designjet Printer/Installation

Notice Date
4/6/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 503 Langford Lake Rd, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
W9124B-15-Q-8728
 
Response Due
4/7/2015
 
Archive Date
10/4/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number W9124B-15-Q-8728. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 708437. Army CHESS Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing Army CHESS contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective Army CHESS contract AND upon approval from the soliciting contracting officer. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-04-07 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Irwin, CA 92310 The MICC Fort Irwin requires the following items, Brand Name or Equal, to the following: LI 001: WIDE FORMAT PRINTER DESIGNJET T1200 HD Multifunction Printer Scan speed5 Color: 5.1 cm/sec (2 in/sec) Black-and-white: 15.2 cm/sec (6 in/sec) Scan/copy resolution Up to 9600 dpi (Enhanced mode) with variable resolution settings from 50 dpi in increments of 1 dpi Max scan width 1067 mm (42 in) Max scan thickness 15.2 mm (0.6 in) Copy Reduction/enlargement 1 to 10,000% Maximum copies 1000 copies Copier settings Type of original, image crop and align preview, lightness, saturation and RGB controls, sharpen/blur, mirror copy, enlarge/ reduce, paneling, tiling, nesting, accounting, batch Media Handling Printer: sheet feed, two automatic roll feeds, automatic rollswitching, automatic cutter Scanner: straight-through scan paper path for sheet and cardboard originals Memory Printer 32 GB (virtual)6, 160 GB hard disk Scanner 1 GB, 160 GB hard disk Connectivity Interfaces (standard) Printer: Gigabit Ethernet (1000Base-T), Hi-Speed USB 2.0 certified, EIO Jetdirect accessory slot Scanner: Gigabit Ethernet (1000Base-T), Hi-Speed USB 2.0 certified, FireWire (IEEE-1394a compliant) Print languages Adobe? PostScript? 3?, Adobe PDF 1.7, TIFF, JPEG, HP-GL/2, HP-RTL, CALS G4, HP PCL 3 GUI Drivers (included) HP-GL/2, HP-RTL, and PostScript drivers for Windows? (optimized for AutoCAD 2000 and higher); PostScript drivers for Mac OS X and Linux; support for Citrix XenApp and Citrix XenServer environments Dimensions (w x d x h) MFP 1900 x 1000 x 1600 mm (74.8 x 39.4 x 63 in) Shipping 1930 x 766 x 1529 mm (75.98 x 30.16 x 60.2 in) Weight MFP 200 kg (440 lb) Shipping 280 kg (617 lb), 1, EA; LI 002: INSTALLATION SEVICE AT BLDG 384 Installation for T1200 Printer, 1, EA; LI 003: DESIGNJET T2500 POST-SCRIPT eMultifunction Printer Series HPrint Line drawings4 21 sec/page on A1/D, 120 A1/D prints per hour Print resolution Up to 2400 x 1200 optimized dpi Margins (top x bottom x left x right) Roll: 5 x 5 x 5 x 5 mm (0.2 x 0.2 x 0.2 x 0.2 in) (borderless on photo roll media) Sheet: 5 x 22 x 5 x 5 mm (0.2 x 0.87 x 0.2 x 0.2 in) Technology HP Thermal Inkjet Ink types Dye-based (C, G, M, pK, Y); pigment-based (mK) Ink drop 6 pl (C, M, Y, G, pK); 9 pl (mK) Printheads 1 (C, G, M, mK, pK, Y) Line accuracy +/- 0.1%5 Minimum line width 0.02 mm (0.0008 in) (HP-GL/2 addressable) Guaranteed minimum line width 0.07 mm (0.0028 in) (ISO/IEC 13660:2001(E))6 Media Handling Input: two automatic front-loading roll feeds, smart roll switching, sheet feed; Output: integrated output stacking tray (from A4/A to AO/E, with up to 50 A1/D-size capacity), media bin, automatic cutter Scanner: straight-through scan paper path for sheet and cardboard originals Size Rolls: 279 to 914 mm (11 to 36 in) Sheets: 210 x 279 to 914 x 1219 mm (8.3 x 11 to 36 x 48 in) Standard sheets: A4, A3, A2, A1, A0 (A, B, C, D, E) Thickness Up to 0.5 mm (19.7 mil) Scan Scan speed Color: up to 3.81 cm/sec (1.5 in/sec) Grayscale: up to 11.43 cm/sec (4.5 in/sec) Scan/copy resolution Up to 600 dpi Maximum scan Size: 914 x 8000 mm (36 x 315 in) (JPEG) 914 x 5000 mm (36 x 197 in) (PDF) 610 x 15,000 mm (24 x 590.5 in) (TIFF) Thickness: 0.8 mm (0.03 in) Copy Reduction/ enlargement 25 to 400% Maximum copies Up to 99 copies Copier settings Copy quality, copy color roll, content type, original paper type, background removal, contrast, de-skew, blueprints support Memory 128 GB (virtual)7, 320 GB hard disk Connectivity8 Interfaces (standard) Gigabit Ethernet (1000 Base-T) supporting the following standards: TCP/IP, BootP/DHCP (IPv4 only), DHCPv6, TFTP (IPv4 only), SNMP (v1, v2, v3), Apple Bonjour Compatible, FTP, WS Discovery, Embedded Web Server (HTTP, HTTPs), IPSec, SMTP (Notification Alerts), Raw IP printing (9100, 9101, 9102), LPD, IPP, WS print, NTLMv1 (Scan to network folder), SSL/TLS 1.0, 802.1X authentication (LEAP, PEAP, EAP-TLS). Print languages (standard) Basic eMultifunction Printer: HP-GL/2, HP-RTL, TIFF, JPEG, CALS G4, HP PCL 3 GUI, URF PostScript? eMultifunction Printer: Adobe PostScript 3, Adobe PDF 1.7 Extension Level 3, HP-GL/2, HP-RTL, TIFF, JPEG, CALS G4, HP PCL 3 GUI, URF Printing paths Printer driver, HP Designjet ePrint & Share, HP Embedded Web Server, HP Instant Printing, direct printing from USB flash drive, email printing Drivers (included) HP-GL/2, HP-RTL drivers for Windows?; HP PCL 3 GUI driver for Mac OS X; PostScript Windows, Linux, and Mac drivers9 Dimensions (w x d x h) Printer 1399 x 916 x 1110 mm (55.1 x 36.1 x 43.7 in) Shipping 1502 x 759 x 825 mm (59.1 x 29.9 x 32.5 in) Weight Printer 112 kg (245 lb), 3, EA; LI 004: Installation for T2500 Bldg 384 Bldg 602 Bldg 605, 3, 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, MICC Fort Irwin 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Irwin is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. New or in good condition- initial acceptance will be at the discretion of the acceptor during the delivery. All items required must be fully functional, present, and compatible as required by the SOW. Bid MUST be good for 30 calendar days after close of Buy. 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 buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225- 13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov 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 in the Buy Terms, 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 only unless the Buy Terms are edit to ready otherwise. As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS 3 April. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. All questions submitted within the allotted time will be answered within 24 hours. Certification Regarding Responsibility Matters (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks ?have?, the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. ?6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. ?6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. ?6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) ?Principal,? for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror?s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/408e84bf3cb17579327bd128babc5dbd)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310
 
Record
SN03689962-W 20150408/150406234410-408e84bf3cb17579327bd128babc5dbd (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.