SOLICITATION NOTICE
99 -- PRINTERGRAPHIHS EQUIPMENT - COMBINED SYNOPSIS/SOLICITATION
- Notice Date
- 6/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512120
— Motion Picture and Video Distribution
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ051679824
- Archive Date
- 7/5/2017
- Point of Contact
- Jessie Feliciano, Phone: 951-413-2406, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
jesus.feliciano3.civ@mail.mil, susan.m.madrid.civ@mail.mil
(jesus.feliciano3.civ@mail.mil, susan.m.madrid.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SALIENT CHARACTERISTICS COMBINED SYNOPSIS COMBINED SYNOPSIS/SOLICITATION HQ051679824 PRINTERGRAPHICS EQUIPMENT Title: PRINTERGRAPHICS EQUIPMENT Description(s): COMBINED SYNOPSIS/SOLICITATION 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Brand Name or Equal Procurement - see attached salient characteristics. a. Solicitation Number HQ05167924 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, effective 13 Jan 2017 and DFARS Change Notice 20161222. c. This procurement is brand name associated with NAICS Code 334118 with a size standard of 1000 employees. This procurement is 100% set aside for Small Business. d. Description: THESE ITEMS ARE BRAND NAME OR EQUAL FILL IN ALL UNIT PRICE AND TOTALS BELOW. SALIENT CHARACTERISTICS ARE ATTACHED HERETO. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY. NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. Description CLIN 0001 P/N: CP1200/KP108IN/DSCWX22 (Or Equal) KIT INCLUDES: 1EA CANON P/N# 0599C001 SELPHY CP1200 COMPACT PHOTO PRINTER, BLACK(OR EQUAL); 3EA CANON P/N# 3115B001 KP-108IN COLOR INK AND PAPER SET FOR CANON CP1200(OR EQUAL); 1EA SONY P/N# DSCWX220/B CYBER-SHOT DSC-WX220 DIGITAL CAMERA, BLACK(OR EQUAL); EACH KIT IS COMPRISED OF THE ITEMS ABOVE AND MUST BE DELIVERED AS A COMPLETE KIT(ALL ITEMS AT ONCE), USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 2 EA = tiny_mce_marker__________________ CLIN 0002 P/N: DS80 W/900-144/PAPER (Or Equal) KIT INCLUDES: 1EA DNP P/N# DS80 DIGITAL PHOTO PRINTER, 1EA DNP P/N# 900-144 PRINT CATCHER FOR DS80 DIGITAL PHOTO PRINTER(8.0 X 12.0-IN PRINTS), 1EA DNP P/N# DS808X10 8 X 10-IN PRINT PACK FOR DS80 DIGITAL PHOTO PRINTER; EACH KIT IS COMPRISED OF THE ITEMS ABOVE AND MUST BE DELIVERED AS A COMPLETE KIT(ALL ITEMS AT ONCE), USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 2 EA = tiny_mce_marker__________________ CLIN 0003 P/N: C11CE21201 (Or Equal) COLOR INKJET; ADVANCED MICRO PIEZO AMC PRINT HEAD WITH INK-REPELLING COATING TECHNOLOGY; 8-CHANNEL, DROP-ON-DEMAND, INKJET PRINT HEAD; 5760 X 1440 DPI MAX RESOLUTION; 2 PL MINIMUM INK DROPLET SIZE; PIGMENT-BASED ULTRACHROME HD INK TECHNOLOGY; 9 INDIVIDUAL CARTRIDGES; 8 X 180 NOZZLES; TOP-LOADING FEEDER, ROLL HOLDER, FRONT MEDIA PATH; 13-IN MAX PAPER WIDTH; 13-IN X 19-IN MAX CUT-SHEET SIZE; 3.5-IN X 5-IN MINIMUM CUT-SHEET SIZE; 13-IN X 129-IN MAXIMUM PRINTABLE AREA; 3.5-IN TILTING COLOR LCD TOUCHSCREEN CONTROL PANEL; PWR RQMTS: 110-120VAC, 50/60HZ; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 1 EA = tiny_mce_marker__________________ CLIN 0004 P/N: CP1200/KP108IN/DSCWX22 (Or Equal) KIT INCLUDES: 1EA CANON P/N# 0599C001 SELPHY CP1200 COMPACT PHOTO PRINTER, BLACK(OR EQUAL); 3EA CANON P/N# 3115B001 KP-108IN COLOR INK AND PAPER SET FOR CANON CP1200(OR EQUAL); 1EA SONY P/N# DSCWX220/B CYBER-SHOT DSC-WX220 DIGITAL CAMERA, BLACK(OR EQUAL); EACH KIT IS COMPRISED OF THE ITEMS ABOVE AND MUST BE DELIVERED AS A COMPLETE KIT(ALL ITEMS AT ONCE), USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 2 EA = tiny_mce_marker__________________ CLIN 0005 P/N: DS80 W/900-144/PAPER (Or Equal) KIT INCLUDES: 1EA DNP P/N# DS80 DIGITAL PHOTO PRINTER, 1EA DNP P/N# 900-144 PRINT CATCHER FOR DS80 DIGITAL PHOTO PRINTER(8.0 X 12.0-IN PRINTS), 1EA DNP P/N# DS808X10 8 X 10-IN PRINT PACK FOR DS80 DIGITAL PHOTO PRINTER; EACH KIT IS COMPRISED OF THE ITEMS ABOVE AND MUST BE DELIVERED AS A COMPLETE KIT(ALL ITEMS AT ONCE), USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 13 EA = tiny_mce_marker__________________ CLIN 0006 P/N: SCP6000SE (Or Equal) 24-IN; 8-CHANNEL, DROP-ON-DEMAND, INKJET PRECISION CORE TFP PRINT HEAD; MAX RESOLUTION: 2880 X 1440 DPI; PRINT SPEED: 16 X 20-IN / 40.6 X 50.8 CM PRINT: 2:02 TO 6:58 (PRODUCTION IS 4:16) 20 X 30-IN / 50.8 X 76.2 CM PRINT: 3:40 TO 12:25 (PRODUCTION IS 7:36); MINIMUM INK DROPLET SIZE: AS SMALL AS 3.5 PL; INK: ULTRACHROME HD PIGMENT INKS; INK CARTRIDGE CONFIGURATION: 9 INDIVIDUAL CARTRIDGES; INK COLOR: C, LC, VM, VLM, Y, LK, LLK, PK/MK; COMPATIBLE INK CARTRIDGES: T834100 ULTRACHROME HD PHOTO BLACK INK CARTRIDGE (150 ML), ACCEPTS CARTRIDGE SERIES T834XXX, T824XXX, T804XXX; NUMBER OF NOZZLES: 360 X 8; AUTOMATIC BLACK INK SWITCHING: MATTE TO PHOTO BLACK: 2:55, 7.2 ML PHOTO TO MATTE BLACK: 2:07, 1.13 ML; PAPER HANDLING: TOP-LOADING FEEDER, BUILT-IN ROTARY CUTTER, MEDIA BIN; PAPER SIZES: MINIMUM CUT-SHEET SIZE: 8.5 X 11.0-IN, MAXIMUM PAPER WIDTH: 24-IN, MAXIMUM ROLL SIZE: UP TO 24 X 529-IN; MEDIA THICKNESS: 31.5-59.1 MIL; PRINT ARCHIVAL LIFE COLOR: UP TO 200 YEARS, BLACK AND WHITE: UP TO 400 YEARS; INTERFACES: USB 2.0/1000BASE-T ETHERNET; OS COMPATIBILITY: WINDOWS 10, 8.1, 7 (32/64-BIT), MAC OS X 10.7-10.10.X; PRINTER LANGUAGE: EPSON ESC/P RASTER PHOTOGRAPHIC DRIVERS STANDARD; FRONT PANEL CONTROL W/COLOR LCD SCREEN; ENERGY STAR COMPLIANT; ACOUSTIC NOISE: 47 DB(A); OPERATION TEMP: 50 TO 95-DEG F; APPROXIMATE DIMENSIONS: 54 X 48 X 26-IN, APPROXIMATE WEIGHT: 222 LBS; PWR RQMTS: 100-240 VAC, 50-60 HZ; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 2 EA = tiny_mce_marker__________________ CLIN 0007 P/N: 66739 W/OPTS (Or Equal) INCLUDED OPTIONS: 1EA LS900 35 WATT ENGRAVER W/AIR ASSIST, 1EA HONEYCOMB TABLE FOR PLASTIC CUTTING, 4-HOURS OF ON-SITE INSTALLATION AND OPERATIONAL ORIENTATION, ENGRAVING SOFTWARE WITH INTEGRATED DRIVER; EACH KIT IS COMPRISED OF THE ITEMS ABOVE AND MUST BE DELIVERED AS A COMPLETE KIT(ALL ITEMS AT ONCE), CO2 LASER, 35 WATT; SAFETY: CDRH CLASS 2A (EN60825); APPROXIMATE DIMENSIONS (WXHXD): 37X32X42 IN; APPROXIMATE WEIGHT: 400LBS; ENGRAVING AREA: 24X24 IN; Z AXIS TRAVEL: 9.84 IN; 100V-240V AC SUPPLY (30-40W); HONEYCOMB TABLE FOR PLASTIC CUTTING, ENGRAVING SOFTWARE WITH INTEGRATED DRIVER, GRAVOSTYLE 5, GRAPHIC LEVEL; OPERATING SYSTEM: WINDOWS NT, 2000 OR XP; INCLUDES; STANDARD FEATURES, LASERSTYLE GRAPHIC PROFESSIONAL LASER SOFTWARE, JOB COMPLETE ALARM, INTEGRATED SAFETY SHUT-OFF, AIR ASSIST, AUTO Z, RED LASER POINTER, POINT AND SHOOT JOB REGISTRATION, PRINT AND CUT MEDIA REGISTRATION, EMERGENCY STOP BUTTON; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 1 EA = tiny_mce_marker__________________ CLIN 0008 P/N: Q6721BB1K (Or Equal) 44-IN PHOTO PRINTER; THERMAL INKJET, MAXIMUM RESOLUTION: 2400 X 1200 DPI; INK DROPLET SIZE: 4.0 PL: LIGHT CYAN, LIGHT MAGENTA, LIGHT GRAY, PHOTO BLACK, GLOSS ENHANCER, GRAY 6.0 PL: MAGENTA, YELLOW, MATTE BLACK, RED, GREEN, BLUE; INK TYPE; HP VIVERA PIGMENT INK; INK CARTRIDGES: BLUE, GREEN, MAGENTA, RED, YELLOW, GRAY, PHOTO BLACK, MATTE BLACK, LIGHT CYAN, LIGHT GRAY, LIGHT MAGENTA, GLOSS ENHANCER; INK CARTRIDGE CONFIGURATION; 6 PRINTHEADS: 1: LIGHT MAGENTA AND LIGHT CYAN PRINTHEAD, 2: MAGENTA AND YELLOW PRINTHEAD, 3: PHOTO BLACK AND LIGHT GRAY PRINTHEAD, 4: BLUE AND GREEN PRINTHEAD, 5: MATTE BLACK AND CHROMATIC RED PRINTHEAD, 6: GLOSS ENHANCER AND GRAY PRINTHEAD; NOZZLES: 2112 PER PRINTHEAD, 1056 PER COLOR, 12,672 TOTAL; PRINT SPEED: D/A1 COLOR BEST (GLOSSY): 12.4 MIN/PAGE; STORAGE CAPACITY: 80 GB HARD DRIVE; OPTICAL DENSITY 2.5 MAXIMUM BLACK OPTICAL DENSITY (4 L* MIN) 1; PAPER TYPES: PHOTO: SATIN, GLOSS, SEMI-GLOSS, MATTE, BARYTE, PROOFING: SEMI-GLOSS, HIGH-GLOSS CONTRACT, SEMI-GLOSS CONTRACT, MATTE, FINE ART: SMOOTH, TEXTURED, WATERCOLOR, SATIN, AQUARELLA, LITHO-REALISTIC, CANVAS, SELF-ADHESIVE: INDOOR, VINYL, POLYPROPYLENE, BANNER/SIGN: DISPLAY FILM, INDOOR BANNER, SCRIM, POLYPROPYLENE, TYVEK, OUTDOOR, BILLBOARD, PVC-FREE, BOND/COATED: BOND, COATED, HEAVYWEIGHT COATED, SUPER HEAVYWEIGHT PLUS MATTE; PAPER SIZES SHEETS: 8.5 X 11.0 TO 44.0 X 66.0-IN, ROLLS: 11.0 TO 44.0-IN; MAXIMUM PAPER WIDTH: 44.0-IN; MAXIMUM PRINTABLE AREA 44.0-IN X 300-FT; MEDIA THICKNESS: UP TO 31.5 MIL; MEDIA WEIGHT: UP TO 133 LBS; MAXIMUM ROLL PRINT LENGTH: 300.0-FT; MAXIMUM MEDIA ROLL: DIAMETER 5.3-IN; DOCUMENT FINISHING SHEET FEED, ROLL FEED, AUTOMATIC CUTTER; COMPUTER INTERFACE: GIGABIT ETHERNET (1000BASE-T), HI-SPEED USB 2.0, EIO JETDIRECT ACCESSORY SLOT; NETWORK CAPABLE WIRED ETHERNET; PRINTER LANGUAGE: ADOBE POSTSCRIPT 3, ADOBE PDF 1.6, TIFF, JPEG, HP PCL 3 GUI; OS COMPATIBILITY: MICROSOFT: VISTA, VISTA X64, XP HOME, XP PRO, XP PRO X64, SERVER 2008 (32/64-BIT), SERVER 2003 (32/64-BIT), WINDOWS TERMINAL SERVICES, APPLE: MAC OS X V 10.4, 10.5, 10.6, CITRIX: META-FRAME; FRONT PANEL DISPLAY, LED LIGHT, FRONT PANEL CONTROLS 4 DIRECT ACCESS KEYS (INK LEVELS, LOADED PAPER TYPE, UNLOAD PAPER, FORM FEED & CUT), PWR RQMTS: 100-240 VAC, 50/60 HZ, 2 AMPS MAX, POWER CONSUMPTION 200 W MAXIMUM; CERTIFICATIONS SAFETY: IEC 60950-1 COMPLIANT, EU LVD AND EN 60950-1 COMPLIANT, CERTIFIED BY CSA FOR CANADA AND US. TEMPERATURE AND HUMIDITY OPERATING TEMPERATURE: 41 TO 104-DEG F, RECOMMENDED: 59 TO 95-DEG F; STORAGE TEMPERATURE: -13 TO 131-DEG F; DIMENSIONS: (WXDXH) 69.7 X 27.2 X 41.2-IN, WEIGHT 189 LBS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 4 EA = tiny_mce_marker__________________ CLIN 0009 P/N: 4400200P-A (Or Equal) 44-IN; DUAL HOT ROLL LAMINATOR; C/W: BUILT-IN RELEASE LINER TAKE-UP AND HEAVY DUTY STAND; MAX LAMINATION WIDTH: 44-IN; SPEED: 0-30 FPM; LAMINATING ROLLER DIAMETER 3-IN; SUPPLY ROLL CORE SIZE: 3-IN; RECOMMENDED FILM THICKNESS: UP TO 10 MIL; MAX LAMINATING THICKNESS: 1/2-IN; MAX FILM ROLL DIAMETER: 10-IN; DIMENSIONS (INCLUDES STAND): 55-IN L X 56-IN H X 34-IN W; SHIPPING DIMENSIONS: 72L 39H 43W; WEIGHT/SHIPPING WT: 550/850 LBS; PWR RQMTS: (SINGLE-PHASE) 208-240V, 30 AMPS, ELECTRICAL W/TOP TG 40 AMPS, ELECTRICAL CONNECTOR WO/TG NEMA L6-30P; HEATER WATTAGE: 5200 WATTS, MOTOR: 1/4 HP D/C; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 1 EA = tiny_mce_marker__________________ CLIN 0010 P/N: PP-HD-I-PRO2 (Or Equal) PROPROMPTER HDI PRO2 PACKAGE WITH 10IN LCD; 10.4-IN COLOR LCD WITH 15-FT VGA CABLE; 60/40 BEAMSPLITTER GLASS; READABLE DISTANCE: UP TO 15-FT; MENU BASED MIRROR FUNCTION; F/U/W LENSES WITH MAX DIAMETER OF 150 MM; ANTI-REFLECTION HOOD AND LENS SOCK; WATERPROOF, AIRTIGHT ROLLING CASE; MONITOR INPUTS: VGA, HDMI, DVI, COMPOSITE; MOUNTING: 1EA CAMERA BAR WITH THUMB NUT MOUNT, 1EA 1/4-20 CAMERA TIE DOWN, 1EA MOUNTING BRACKET FOR 15MM RODS; SYSTEM C/W: PROPROMPTER HDI PRO2 PACKAGE WITH 10-IN LCD, 15-FT VGA CABLE, 1/4-20 CAMERA TIE DOWN THUMB SCREW, BLACK LENS SOCK, DUVETYNE ANTI-REFLECTION MASK (BLACK), MOUNTING BRACKET COMPATIBLE WITH 15MM RODS, CARBON FIBER VERTICAL ADJUSTMENT RODS, CAMERA MOUNTING BAR, GRIP FOR PROPROMPTER WING CAMERA MOUNT, PROPROMPTER BASIC SOFTWARE FOR MAC/WIN, 4MM HEX WRENCH, CUSTOM I-SERIES SKB CASE, POWER SUPPLY; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 1 EA = tiny_mce_marker__________________ CLIN 0011 P/N: PT-ELITE-PRO (Or Equal) IKAN ELITE PRO UNIVERSAL LARGE TABLET TELEPROMPTER; SUPPORTED TABLETS: ALL TABLETS RANGING FROM 6 X 9 TO 9 X 12 IN; MATERIAL: ALUMINUM/STEEL; READING RANGE: 20 FT; DIMENSIONS: 22 X 10.5 X 12-IN; WEIGHT: 6.5 LB; TABLET NOT INCLUDED; INCLUDES: IKAN ELITE PRO UNIVERSAL LARGE TABLET TELEPROMPTER, LARGE TABLET HOLDER, GLASS FRAME, MAGNETIC HOOD, 2 X 12-IN 15MM RODS, D-RING AND WASHER, LIMITED 1-YEAR WARRANTY; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 2 EA = tiny_mce_marker__________________ CLIN 0012 P/N: RCM36 (Or Equal) 36-IN ROTARY CUTTER; SOLID LAMINATED MDF BASEBOARD; GRIDDED FOR PRECISION PLACEMENT OF WORK; CLEAR, SELF-CLAMPING STRIP HOLDS WORK; PRECISION SIDE RULE AND CURSOR; HAND-FINISHED TUNGSTEN STEEL BLADE; TWIN CHROME-PLATED STEEL GUIDE RAILS; SELF-SHARPENING BLADES; ADJUSTABLE SIDE GUIDE; THICKNESS CAPACITY: 0.12-IN/3MM; DIMENSIONS: 15 X 3.7 X 42.5-IN; A4+ SIZE INDICATORS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 1 EA = tiny_mce_marker__________________ CLIN 0013 P/N: RCM54 (Or Equal) 54-IN ROTARY CUTTER; SOLID LAMINATED MDF BASEBOARD; GRIDDED FOR PRECISION PLACEMENT OF WORK; CLEAR, SELF-CLAMPING STRIP HOLDS WORK; PRECISION SIDE RULE AND CURSOR; HAND-FINISHED TUNGSTEN STEEL BLADE; TWIN CHROME-PLATED STEEL GUIDE RAILS; SELF-SHARPENING BLADES; ADJUSTABLE SIDE GUIDE; THICKNESS CAPACITY: 0.06-IN/1.5MM; DIMENSIONS: 15 X 3.7 X 60.1-IN; A4+ SIZE INDICATORS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. FOB DESTINATION 30 DAYS ARO TO: UNIT PRICE @ _____________ x 1 EA = tiny_mce_marker__________________ TOTAL PRICE FOR THIS QUOTE tiny_mce_marker________________________________________ FOB Destination: SEE ATTACHED MULTIPLE DELIVERY LOCATIONS f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (JAN 2017) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are less than when compared to price. (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (JAN 2017). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.202-1 Definitions (NOV 2013) FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (April 2014) FAR 52.211-5 Material Requirements (August 2000) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 2017) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) FAR 52.223-4 Recovered Material Certification (MAY 2008) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-1 Payments (April 1984) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (DEC 2012) FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1 Disputes (May 2014) FAR 52.243-1 Changes - Fixed Price (August 1987) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors DFARS 252.204-7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015) 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA)(FEB 2017) The Contractor shall attach two (2) copies of a detailed packing list with each box or container with unlike items where the full description of the contents is not authorized or cannot be shown. Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the packing list on the outside of the box or container. The outside of the box or container must also include the complete shipping address as provided in the schedule and the Contract/Purchase/Delivery Order number located on Page 1 of this document. The packing list shall contain the following information: (a) Contract number/Purchase Order number or Delivery Order number (b) Package number and set number (if any) of the container. (c) A list of the contents which shows the quantity by item, item description, part number, type and size, unit of issue if other than each. NOTE! The government WILL NOT ACCEPT items shipped without a packing list especially when the content of the package is unidentifiable; rejected items will be returned at the contractor's expense. INCOMPLETE DELIVERIES Incomplete delivery refers to the incomplete shipment of a unit of issue of an individual contract line item (CLIN). Such Incomplete, or fragmented delivery of any part of a CLIN is not authorized and will not be accepted. Each item (CLIN), including all components and sub-items, is to be delivered complete. Where sub-line items are reflected as component parts of an item, all sub-line items must be delivered simultaneously to form the complete item. Note! The government WILL NOT ACCEPT items shipped as incomplete unit of issue of an individual contract line item (CLIN). Rejected items will be returned at the contractor's expense. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision DFARS 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (FEB 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) LOCAL DMC 52.0100-4028 Contract Contact Information) (DMC) (JUN 2005) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 12:00 AM PACIFIC STANDARD TIME ON 21 JUNE 2017 IN ORDER TO BE CONSIDERED. Send quotation responses to Jesus Feliciano at Jesus.Feliciano3.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ051679824" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2406. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Jesus Feliciano Contract Specialist Jesus.Feliciano3.civ@mail.mi Phone: 9514132406 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/483206327bd9c0c266e22ceeb8e2b0dc)
- Place of Performance
- Address: 23755 Z Street, Moreno Valley, California, 92563, United States
- Zip Code: 92563
- Zip Code: 92563
- Record
- SN04533767-W 20170608/170606235202-483206327bd9c0c266e22ceeb8e2b0dc (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 |