Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2016 FBO #5166
SOLICITATION NOTICE

75 -- PRINTER CARTRIDGES - COMBINED SYNOPSIS/SOLICITATION

Notice Date
1/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424120 — Stationery and Office Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFELA-16-Q-0002
 
Archive Date
2/4/2016
 
Point of Contact
Neddra Tucker, Phone: 337-263-4718
 
E-Mail Address
neddra.tucker@fema.dhs.gov
(neddra.tucker@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRICE/COST SCHEDULE SYNOPSIS/SOLICITATION COMBINED SYNOPSIS/SOLICITATION HSFELA-16-Q-0002 PRINTER CARTRIDGES SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is a request for quote (RFQ) in accordance with FAR part 12 and 13 under solicitation number HSFELA-16-Q-0002 for printer cartridges. Offerors are encouraged to monitor this site for the release of any amendments or other pertinent information. The North American Industry Classification System (NAICS) code assigned to this project is 424120 "Stationary and Office Supplies", and the size standard is 100 employees. This solicitation is 100% set aside for Local Louisiana Small Businesses. This acquisition is 100% set aside for small business concerns that reside or primarily conduct business in the state of Louisiana. Offerors shall furnish documentation to support its representation that it resides or primarily conducts business in the state of Louisiana. The Contracting Officer shall utilize the factors listed in FAR 52.226-3. Offers shall not be accepted or evaluated from offerors who are not small businesses in accordance with FAR 52.219-6. Offers shall not be accepted or evaluated from offerors who are not Louisiana businesses in accordance with FAR subpart 26.2. This will be a Firm Fixed Priced Blanket Purchase Agreement (BPA). DESCRIPTION OF REQUIREMENT The Federal Emergency Management Agency (FEMA) Louisiana Recovery Office (LRO) supports recovery efforts for Hurricanes Katrina, Rita, FEMA-1603-1607-DRs-LA. FEMA LRO has offices located in Baton Rouge, Louisiana. The LRO has an immediate and ongoing need to supply both of its offices with specified types of printer cartridges. The purpose of this procurement is to obtain contracted services to supply the FEMA LRO with specified printer cartridges. The Contractor shall provide all personnel, material, equipment, and supplies necessary to meet the tasks listed herein. The Contractor shall accomplish tasks in accordance with all applicable Federal, State, and local laws and regulations. The Contractor shall maintain access to a reasonable quantity of printer cartridges for the term of the contract. The Contractor shall develop and maintain a quality program to ensure that the correct printer cartridge types and quantities are timely delivered to the specified location on each task order. The Government reserves the right to award a single Blanket Purchase Agreement (BPA) from responses received to this solicitation. A description for the required printer cartridges is included in the attached spreadsheet labeled Attachment A, Specifications for Items, to this notice. PERIOD OF PERFORMANCE The base period of performance shall be from February 1, 2016 through April 30, 2017 with two (2) one year option periods. DELIVERY LOCATION 1. 1500 Main Street Baton Rouge, LA 70802 NOTICE OF INDIVIDUALS AUTHORIZED TO PLACE CALLS AND DOLLAR LIMITATIONS UNDER THIS BPA A list of names of individuals authorized to place calls under this agreement will be identified upon award. DELIVERY TICKETS All services under this agreement shall be accomplished by delivery tickets or sales slips which shall contain the following minimum information: (i) Name of supplier (ii) Delivery Location (ii) Blanket Purchase Agreement (BPA) number/ Task Order # (iii) Date of purchase (call) (iv) Purchase (call) number (v) Itemized list of supplies or services furnished (vi) Quantity, unit price and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show this information) and, (vii) Date of delivery or shipment INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. Copies or delivery tickets are needed support these invoices. QUOTE SUBMISSION INSTRUCTIONS Responses to this Request for Quote (RFQ) are due no later than 12:00 pm, CDT, on Wednesdau, January 20, 2016. Questions regarding this solicitation shall be submitted to the Contract Officer no later than 12:00 pm, CDT, on Monday, January 15, 2016. Questions received after this time and date may not be considered. Each Offeror is required to submit an electronic version of your company's quote. Quotes sent or received by U.S. Postal or courier mail to the office or physical address shall not be accepted. The electronic version of your quote shall be submitted to the Contract Officer, Neddra P. Tucker at Neddra.tucker@fema.dhs.gov. Please include your company's DUNS Number, Tax Identification, Small Business Status, Authorized Representative contact information, and office location with your quote submission. Solicitation closing date is Wednesday, January 20, 2016. BASIS FOR AWARD Award shall be based on the lowest priced technically acceptable process. Accordingly, award will be made on the basis of the lowest evaluated priced quote that meets or exceeds acceptability standards. The factors to be considered by the Government are specifications, delivery schedule, and price. This process does not permit trade-offs. The Government's intent is to award without discussions. Factor 1: SPECIFICATIONS Quoters shall submit the specifications (salient physical, functional, or performance characteristics) for each item quoted. Items are required to be quoted brand name ONLY. All printer cartridges must be Original Equipment Manufacturer (OEM). New equipment ONLY, NO remanufactured or used products. Refer to Attachment A, Printer Cartridges Specifications. Failure to meet this factor may result in a determination of technical unacceptability. Factor 2: DELIVERY SCHEDULE Quoters shall quote delivery terms on all items listed in Attachment A, Printer Cartridge Specifications. Delivery of all items shall be quoted Freight On Board (FOB) Destination which includes all shipping, delivery and freight charges. Quoters shall quote a schedule to deliver all items listed in Attachment A, Printer Cartridge Specifications. Delivery of all items shall be quoted Freight On Board (FOB) Destination which includes all shipping, delivery and freight charges. All items per task order issued against the Blanket Purchase Agreement (BPA) shall be delivered and received at the FEMA LRO loading dock, 1500 Main Street, Baton Rouge, Louisiana 70802 and FEMA LRO mail room. Failure to meet this factor may result in a determination of technical unacceptability. SPECIFIC DELIVERY REQUIREMENTS A. The Contractor shall meet the following minimum delivery requirements: 1. Shall deliver items within ten (10) business days for standard delivery. 2. Shall deliver items within three (3) days for rush delivery. 3. Delivery of all items shall be Freight On Board (FOB) Destination. Delivery shall be free of charge to the delivery location specified at time of order placement. 4. Shall include a delivery ticket or packing slip with each order. Each delivery ticket or packing slip shall at a minimum include the brand, quantity, item number and FEMA issued financial tracking number. B. The Contractor shall acknowledge all orders via facsimile, telephone, or electronically. C. The Contractor shall notify the Contracting Officer's Representative (COR) within 24 hours of order placement if items are back ordered and provide the estimated delivery date. If a back ordered item will not be available on the estimated delivery date, the COR shall be notified before the estimated delivery date and given the option of accepting a replacement item or the backordered item when it becomes available. D. The Contractor shall notify the COR if there are any problems filling an order or any anticipated delivery delays. E. All deliveries shall be made to the loading dock at the specified location. F. All cartridges shall be delivered in the manufacturer's original package. G. Any paper found defective shall be returned to the Contractor at the Contractor's expense and replaced free of charge. Defective paper shall be replaced or monies refunded, at the COR's discretion, within five (5) working days of notification. There shall be no restocking fee for returns of damaged paper. H. The Contractor shall arrange for the return of all items incorrectly ordered or shipped at no cost. These items shall be replaced within three (3) working days of notification. There will be no restocking fee for these returns. I. The Contractor shall provide points-of-contact (POCs) within two (2) days of award. The POC shall be available between the hours of 7:00 am to 5:00 pm, Monday through Friday. DELIVERY REQUIREMENT SUMMARY Required Service Performance Standard Acceptable Quality Levels (AQL) Surveillance Method Orders packaged separately per location Each order 100% 100% Inspection Standard delivery Within 10 days of receipt of order 95% 100% Inspection Rush delivery Within 3 days of receipt of order 95% 100% Inspection Delivery ticket or packing slip With each order 100% 100% Inspection Defective cartridges Defective cartridges shall be replaced or monies refunded within 5 days of notification 95% Random Sampling Correct order and delivery Incorrect orders shall be replaced within 3 days of notification 95% 100% Inspection Factor 3: PRICE Quoters shall quote a fixed price per item for each type of printer cartridge listed in Attachment A, Printer Cartridge Specifications. Prices shall be submitted in the spreadsheet format provided by the Government. The lowest total evaluated price is based on the total price for all items listed in Attachment A, Printer Cartridge Specifications for Items.. Solicitation Provisions and Contract Clauses 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 Item 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, shall apply: 52.219.6, 52.222-2, 52.222-3, 52.222-19, 52.222-26, 52.222-36, 52.223-5, 52.223-9, 52.223-10, 52. 223-15, 52.225-1, 52.232-33, 52.239-1. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following FAR clauses shall be applicable to the resulting award: 52.52.217-6; 52.217-7; 52. 223-5; 52.226-3, 52.226-5. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. In the addition, the following Homeland Security Acquisition Regulations (HSAR) shall be applicable to the contract: 3052.204-70, 3052-71, 3052.209-70. 52.219-6 Notice of Total Small Business Set-Aside. As prescribed in 19.508(c), insert the following clause: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. 52.226-4 Notice of Disaster or Emergency Area Set-Aside. NOTICE OF DISASTER OR EMERGENCY AREA SET-ASIDE (NOV 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the State of Louisiana. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of clause) 52.233-2 Service of Protest. As prescribed in 33.106, insert the following provision: SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: FEMA LARO Acquisitions Neddra P. Tucker, Contracting Officer 1500 Main Street Baton Rouge, Louisiana 70802 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SAM Requirement - Company must be registered in www.sam.gov before an award could be made to them. If company is not registered in SAM, they may do so by going to the SAM web site at http://www.sam.gov. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFELA-16-Q-0002/listing.html)
 
Place of Performance
Address: 1500 MAIN STREET, BATON ROUGE, Louisiana, 70802, United States
Zip Code: 70802
 
Record
SN03990805-W 20160115/160113235052-1b604c87801620d185387068b8ab6aa0 (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.