Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
SOLICITATION NOTICE

75 -- KYOCERA TONER CARTRIDGES SHIPPING TO DLA DISTRIBUTION NEW CUMBERLAND PA, RICHMOND VA, SAN JOAQUIN CA, & TOBYHANNA PA

Notice Date
7/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325992 — Photographic Film, Paper, Plate, and Chemical Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-17-Q-0084
 
Archive Date
8/31/2017
 
Point of Contact
Julie A Metzger, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
(julie.metzger@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO SUPPLERS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-17-Q-0084. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95 effective 19 Jan 2017 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20161222 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2017-13. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This acquisition is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 325992 and the small business size standard is 1,500 employees. 4. This Request for Quote (RFQ) is being issued to establish a firm-fixed price contract various types of Kyocera Toner Cartridges. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. 5. This is a Brand Name Requirement. Justification to restrict sources is as follows: The toner must be Kyocera brand due to the toner being specifically formulated for each Kyocera printer. The use of any other toner will cause operational problems and impact printer warranties. 6. PACKING AND MARKING REQUIREMENTS: All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment. 7. Delivery point is FOB Destination. SHIPPING ADDRESS WILL BE AS FOLLOWS: CLIN DODAAC ADDRESS 0001 SB3300 DLA DISTRIBUTION SUSQUEHANNA BASE SUPPLY BLDG 50 BAY 1 2001 NORMANDY DRIVE NEW CUMBERLAND, PA 17070 0002 SW3141 DLA DISTRIBUTION MAPPING ACTIVITY 8000 JEFFERSON DAVIS HIGHWAY BLDG 66 ROAD F RICHMOND VA 23297-5516 0003 - 0009 SB3200 DLA DISTRIBUTION SAN JOAQUIN SANDY KUYKENDALL PH 209 839 5058 25600 S CHRISMAN RD BOSS WHSE 29-5 TRACY CA 95304 0010 SB3103 DLA DISTRIBUTION TOBYHANNA GIBBS AND FIFTH STREETS WAREHOUSE 6 BAY 4 TOBYHANNA PA 18466-5059 8. SYSTEM FOR AWARD MANAGEMENT (SAM) - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 9. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Are WorkFlow (WAWF). The successful offeror must be registered in WAWF for the purpose of processing vendor payment requests. See DFAR Clause 252.232-7003 and 252.232-7006. 10. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. SCHEDULE OF SUPPLIES CLIN 0001 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-712. USED ON PRINTER MODEL FS-9530DN 115 EACH @ $______________ EACH = $______________ TOTAL CLIN 0002 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-712. USED ON PRINTER MODEL FS-9530DN 15 EACH @ $______________ EACH = $______________ TOTAL CLIN 0003 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-592Y YELLOW. USED ON PRINTER MODEL FS-5250DN 15 EACH @ $______________ EACH = $______________ TOTAL CLIN 0004 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-592K BLACK. USED ON PRINTER MODEL FS-5250DN 15 EACH @ $______________ EACH = $______________ TOTAL CLIN 0005 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-3122. USED ON PRINTER MODEL FS-4200DN 120 EACH @ $______________ EACH = $______________ TOTAL CLIN 0006 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-712. USED ON PRINTER MODEL FS-9530DN 20 EACH @ $______________ EACH = $______________ TOTAL CLIN 0007 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-362. USED ON PRINTER MODEL FS-4020DN 60 EACH @ $______________ EACH = $______________ TOTAL CLIN 0008 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-332. USED ON PRINTER MODEL FS-4000DN 36 EACH @ $______________ EACH = $______________ TOTAL CLIN 0009 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-592C CYAN. USED ON PRINTER MODEL FS-5250DN 15 EACH @ $______________ EACH = $______________ TOTAL CLIN 0010 - KYOCERA TONER CARTRIDGE. KYOCERA P/N: TK-3122. USED ON PRINTER MODEL FS-4200DN 120 EACH @ $______________ EACH = $______________ TOTAL NOTE: BRAND NAME ONLY WILL BE ACCEPTED AND CONTRACTOR MUST BE AN AUTHORIZED DISTRIBUTOR FOR KYOCERA. NOTE: ALL PRICE MUST BE ROUNDED TO TWO DECIMAL POINTS. The following FAR, DFARS and DLAD provisions apply to this acquisition: FAR 52.212-1- INSTRUCTIONS TO OFFERS - COMMERCIAL ITEMS Addenda to FAR 52.212-1; the following paragraphs are hereby deleted from this provision (d) products samples, (e) multiple offers (h) multiple awards, and (i) availability of requirements documents cited in solicitation. Addenda to FAR 52.212-1; the following provisions apply and are incorporated by reference: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.204-7 System for Award Management FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations FAR 52.222-25 Affirmative Action Compliance FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFAR 252.204-7004 Alternate A, System for Award management Addenda to FAR 52.212-1; the following provisions apply and are incorporated in full text: FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (1) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR 52.222-22 Previous Contracts and Compliance Reports The offeror represents that -- (a) It __ has, __ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It __ has, __ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) FAR 52.233-2 - Service of Protest (a) Protests, as defined in section 33.101 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 DLA DISTRIBUTION, ATTN: CHRISTOPHER C. ROWE, CONTRACTING OFFICER, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVE, SUITE 3102A, NEW CUMBERLAND, PA 17070-5008. (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) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil (End of Provision) DLAD 52.233-9001 Disputes: Agreement to use Alternative Dispute Resolution (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Completed Schedule of Supplies/Services with a Unit Price and extended prices (5) Desired and Required Time of Delivery is applicable (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at www.sam.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 - Evaluation of Quotations or Offers: The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all items, therefore to be considered for award, a quote must be received for all items. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34 FOB Destination FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payment Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DRARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.225-7048 Export-Controlled Items Addenda to FAR 52.212-4; the following clauses apply and are incorporated in full text: FAR 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - All items within 14 days. I f the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - All items with 21 days. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: All items with _____ days after date of contract award. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of Clause) FAR 52.252-2 - Clauses Incorporated by Reference This contract incorporates on 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 address: http://farsite.hill.af.mil. (End of Clause) DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC N/A Ship To Code SEE SCHEDULE Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Julie.Metzger@dla.mil ________________________________________________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact - Not Applicable. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Offerors responding to this announcement shall submit their quotations via e-mail to Julie.Metzger@dla.mil. All quotes must be received by TUESDAY, AUGUST 8, 2017 AT 3:30 PM EASTERN LOCAL TIME to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-17-Q-0084/listing.html)
 
Place of Performance
Address: SEE REQUEST FOR QUOTE, United States
 
Record
SN04596706-W 20170727/170726042821-001a0bd44d273e39520167e8d56014f3 (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.