Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

75 -- Printer Toner/Fuser

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1001 761st Tank Bat, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W912D1-15-Q-0097
 
Response Due
9/9/2015
 
Archive Date
3/7/2016
 
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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W912D1-15-Q-0097 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 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 323111 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2015-09-09 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be APO, AE 09366 The 408th CSB SWA Kuwait Contracting Command requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Yellow Toner Cartridge Ink-X792X1YG must be compatible with printer Lexmark-X792DTE, 350, EA; LI 002: Magenta Toner Cartridge Ink-X792A2MG must be compatible with printer Lexmark-X792DTE, 350, EA; LI 003: Cyan Toner Cartridge Ink-X792X1CG must be compatible with printer Lexmark-X792DTE, 350, EA; LI 004: Black Toner Cartridge X792X1KG must be compatible with printer Lexmark-X792DTE, 500, EA; LI 005: Fuser Maint Kit 220-240V Lexmark 40X7101, 73, EA; LI 006: Black Toner Cartridge CC530A must be compatible with printer HP CP2025, 30, EA; LI 007: Cyan Toner Cartridge CC531A must be compatible with printer HP CP2025, 30, EA; LI 008: Yellow Toner Cartridge CC532A must be compatible with printer HP CP2025, 30, EA; LI 009: Magenta Toner Cartridge CC533A must be compatible with printer HP CP2025, 30, EA; LI 010: HP Fuser Assembly (220Vac-240V) RM1-6741-040CN, 4, EA; LI 011: Black Toner Cartridge CE260X must be compatible with printer HP CP4525, 250, EA; LI 012: Cyan Toner Cartridge CE261A must be compatible with printer HP CP4525, 200, EA; LI 013: Yellow Toner Cartridge CE262A must be compatible with printer HP CP4525, 200, EA; LI 014: Magenta Toner Cartridge CE263A must be compatible with printer HP CP4525, 200, EA; LI 015: Toner Collection Cartridge CE265A must be compatible with printer HP CP4025DN, 27, EA; LI 016: HP 110V Fuser Kit for Color LaserJet CP4025/CP4525 CE246A, 10, EA; LI 017: HP 220V Fuser Kit CE247A must be compatible with printer HP CP4525, 17, EA; LI 018: IMAGE Transfer Kit CE249A must be compatible with printer HP CP4525, 25, EA; LI 019: Shipping to Camp Arifjan, Kuwait Please ship by quickest means ie: DHL, FedEx and UPS, 1, LOT; 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, 408th CSB SWA Kuwait Contracting Command 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. 408th CSB SWA Kuwait Contracting Command 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 45 calendar days after close of Buy. Shipping must be free on board (FOB) destination OCONUS, 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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. All items are Brand Name or Equal and compatible to device Wide Area Workflow (WAWF) is a Web-based system that allows material receipt and acceptance reports (DD250), Invoices, and other payment-related documents to be created, processed and/or distributed electronically. WAWF has been imposed by the Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 and is the official repository for all payment requests, acceptance documents, and RFID data input. WAWF can be found at: https://wawf.eb.mil/ 1. How to use WAWF. Training can be found at http://www.wawftraining.com under "WAWF Contractor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit your invoices electronically. In order to enhance the efficiency of the procurement process, the Government will evaluate vendors as either technically acceptable or unacceptable. The Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Past performance will be evaluated using SAMS.gov and PPIRS. Quotes will be evaluated based on price and technical acceptability. Person providing the quote certifies that the product meets or exceeds all minimum requirements as stated in the Request for Quote. ADDENDUM TO FAR Clause 52.212-4(a) Inspection/Acceptance: The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads ? HOLSTERS, 184 each, the contractor shall NOT ship 50 holsters on one shipment, following by 100 holsters on a subsequent shipment and the final 34 holsters in still a third shipment. All items ordered on each line item in this contract shall be shipped at one time ? no exceptions. Failure to adhere to this requirement will result in invoices being rejected in Wide Area Workflow and/or a delay in payment for non-conforming shipped quantities. Each and every container shipped under the authority of this contract shall bear the Government?s contract number shown in Block 2 of the Standard Form 1449. The contract number shall be displayed clearly and be protected from damage during shipment. Failure to comply with this requirement could result in rejection of the shipment and the cost of return shipment to the point of origin being the sole responsibility of the contractor ? no exceptions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b2c4341d913986c239b6f5ef41577132)
 
Place of Performance
Address: APO, AE 09366
Zip Code: 09366
 
Record
SN03867425-W 20150903/150902001218-b2c4341d913986c239b6f5ef41577132 (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.