MODIFICATION
35 -- Engineering Plotter with Warranty & Supplies
- Notice Date
- 9/9/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
- ZIP Code
- 04401-3055
- Solicitation Number
- W912JD-16-Q-2027
- Point of Contact
- Lynn M Libby, Phone: 207-404-7090, Jason M. Edwards, Phone: 207-404-7107
- E-Mail Address
-
lynn.m.libby.mil@mail.mil, jason.m.edwards1.mil@mail.mil
(lynn.m.libby.mil@mail.mil, jason.m.edwards1.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in 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 requirement is advertised as a Total Small Business Set Aside. The NAICS Code for this synopsis/solicitation is 334118. Solicitation/Purchase Requisition Number W912JD-16-Q-2027 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-89, Effective 15 Aug 2016. The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following Contract Line Item Numbers (CLIN): SEE ATTACHED: Engineering Plotter Statement of Need 0001-AA QTY: 1 ImagePROGRAF IPF 840 OR EQUAL 44" Plotter with the following specifications: Print Resolution 2400X1200; Dual Roll with auto switch; 5 color printer; Large Capacity ink tanks 700ml; Print Memory 320 GB Hard Disk; 15,360 nozzle print head with FINE Tech; Regular Basket; Accounting Manager; Standard 1 Year Warranty; Includes Delivery and Set Up of the Equipment 0002-AA QTY:2 Extended Warranty - Additional 2 Years 0003-AA QTY:2 Replacement Print Heads 0004-AA QTY:5 Large Capacity Ink Cartridges (5 different Colors) 0005-AA QTY:5 Maintenance Cartridges (5 different Colors) 0006-AA QTY:7 Paper Rolls Note: Please provide a quote for the item(s) above. When a quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. Acknowledgement of all amendments is required. Offer due date and time for receipt of proposals will be posted in the solicitation. All offers and requests must be submitted electronically to the POC, SSgt Lynn Libby, via email to lynn.m.libby.mil@mail.mil, by 19 SEPT 2016, 3:00PM ET. Additional Information: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Clauses Incorporated by Reference 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.212-5 COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with authorities (Feb2016)(EO13126) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-25 Affirmative Action Compliance. 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. 252.225-7001 Buy American and Balance of Payments Program. 252.246-7001 Warranty of Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement_. (48 CFR _Chapter 2_) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-16-Q-2027/listing.html)
- Place of Performance
- Address: 101 ARW, Civil Engineering Squadron, 106 Ashley Ave, Building 486, Bangor, Maine, 04401, United States
- Zip Code: 04401
- Zip Code: 04401
- Record
- SN04265382-W 20160911/160911093020-95587c31d0ae241e6cb9aecf406ccfe6 (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 |