Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2018 FBO #6084
SOLICITATION NOTICE

70 -- EQP: Multi-Function Device Bizhub C458

Notice Date
7/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1001 Indian School Road NW, Albuquerque, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RFQ_140A0718Q0074
 
Response Due
7/27/2018
 
Archive Date
1/23/2019
 
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
Indian Small Business Economic Enterprises
 
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 RFQ_140A0718Q0074 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 333249 with a small business size standard of 500.00 employees. This requirement is an [ Indian Small Business Economic Enterprises ] set-aside 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 2018-07-27 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ZUNI, NM 87327 The Bureau of Indian Affairs requires the following items, Brand Name Only (Exact Match), to the following: LI 001: KONICA MINOLTA BIZHUB C458 Multi-function (FORESTRY DEPARTMENT) copy, print and scan copier with large capacity paper feed unit, job separator tray, working table. Color, black and white speed up to 45 ppm. Dual scanning option up to 240 opm. Includes 10.1 inch control panel. High capacity 300 sheet document feeder. Scan to email and FTP, scan to me, scan to home convenience. Built in Emperon print system universal printer drivers. Standard 250 GB HDD for on board document sharing. ISO 15408 AND IEEE 2600 I Security standards. Power saving design with quick recovery from sleep mode. 6650 sheet maximum capacity, tab printing support, carbon copy printing. Advanced authentication, secure print release, remote firmware updates. Multiple bypass tray and detachable paper feed trays improve paper handling. Fast processing CPU to provide high performance for office usage as central MFP. 100 sheet staple finisher with optional 80 page booklet making and accessories for two-third hole punching and folding in multiple patterns. EPEAT gold certified, low power consumption to cut costs., 1, EA; LI 002: Toner (FORESTRY): a. #KON-TN514K, Black 1 Each at $__________ b. #KON-TN514C, Cyan 1 Each at $__________ c. #KON-TN514M, Magenta 1 Each at $__________ d. #KON-TN514Y, Yellow 1 Each at $___________ e. Total cost $________, 1, LS; LI 003: Freight/Delivery Charges (FORESTRY DEPARTMENT), 1, EA; LI 004: Annual Maintenance Agreement (FORESTRY DEPARTMENT) to include full services of copier, all labor, parts and supplies except paper and staples. a. Black, 3,000 copies per month. Overage is _____ per copy. b. Color, 2,000 copies per month. Overage is _____ per copy. c. Total annual cost __________, 1, EA; LI 005: KONICA MINOLTA BIZHUB C458 Multi-function (ADMINISTRATION DEPARTMENT) copy, print and scan copier with large capacity paper feed unit, job separator tray, working table. Color, black and white speed up to 45 ppm. Dual scanning option up to 240 opm. Includes 10.1 inch control panel. High capacity 300 sheet document feeder. Scan to email and FTP, scan to me, scan to home convenience. Built in Emperon print system universal printer drivers. Standard 250 GB HDD for on board document sharing. ISO 15408 AND IEEE 2600 I Security standards. Power saving design with quick recovery from sleep mode. 6650 sheet maximum capacity, tab printing support, carbon copy printing. Advanced authentication, secure print release, remote firmware updates. Multiple bypass tray and detachable paper feed trays improve paper handling. Fast processing CPU to provide high performance for office usage as central MFP. 100 sheet staple finisher with optional 80 page booklet making and accessories for two-third hole punching and folding in multiple patterns. EPEAT gold certified, low power consumption to cut costs., 1, EA; LI 006: Toner (ADMINISTRATION): a. #KON-TN514K, Black 1 Each at $__________ b. #KON-TN514C, Cyan 1 Each at $__________ c. #KON-TN514M, Magenta 1 Each at $__________ d. #KON-TN514Y, Yellow 1 Each at $___________ e. Total cost $________, 1, LS; LI 007: Freight/Delivery Charges (ADMINISTRATION DEPARTMENT), 1, EA; LI 008: Annual Maintenance Agreement (ADMINISTRATION) to include Full Services of copier, all labor, parts and supplies except paper and staples. a. Black, 3,000 copies per month. Overage is _____ per copy. b. Color, 1,500 copies per month. Overage is _____ per copy. c. Total annual cost __________, 1, EA; 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, Bureau of Indian Affairs 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. Bureau of Indian Affairs 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. 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 140A0718Q0074 and is issued as a request for quote (RFQ) unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 333249 with a small business size standard of 500 employees. This requirement is a TOTAL Indian Small Business Economic Enterprise set-aside and only qualified offerors may submit quotes for single firm fixed price award. Quote will only be accepted through FEDBID. The Bureau of Indian Affairs, Southwest Region requirement is BRAND NAME ON (EXACT MATCH) and must be ENERGY STAR Certified, Rated EPEAT Gold, and RoHS Compliant. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. THIS PROCUREMENT IS 100% TOTAL INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE. ALL QUOTES MUST INCLUDE SELF CERTIFICATION. REFER TO REPRESENTATIVE AND CERTIFICATION WITH ATTACHED REQUEST FOR QUOTATION FOR FORM. SECTION 508 COMPLIANCE: All line items below shall be compliant with the requirements referenced in these documents and Section 508 of the Rehabilitation Act of 1973 and 29 U.S.C. 794d, sub-part B, Technical Standards, 1194.21. FAR Clause 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): 52.203-13, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-13, 52.223-15, 52.223-18, 52.225-1, 52.232-33, 52.242-5 and 52.222-51. Additional Clauses 1452.203-70 Restriction on Endorsement (JUL 1996), 1452.226-70 Indian Preference (APR 1984), 1452.226-71 Indian Preference Program (APR 1984), 1452.280-2 Notice of Indian Economic Enterprise Set-Aside (JUL 2013), 1452.280-3 Subcontracting Limitations (JUL 2013), 52.212-4 Contract Terms and Conditions “ Commercial Items (JAN 2017), Unilateral Deobligation of Unexpended Funds, Notice to Government delays, Electronic Invoicing and Payment Requirements “ Invoice Processing Platform (IPP)(April 2013), 52.203-18 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02)(FEB 2015), 52.203-17 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02). All Clauses may be accessed at FAR 52.252-2 Clauses Incorporation by Reference (FEB 1998) sites: http://www.acquisition.gov/far http://www.doi.gov/pam http://edocket.access.gpo.gov/2010/2010-7967.htm Representative and Certification include 52.212-1 Instructions to Offerors “ Commercial Items (JAN 2017), 52.212-2 Evaluation “ Commercial Items (OCT 2014) with descending order of importance of Technical capability, Past Performance, Price and Ability to provide Annual Maintenance after installation of subject equipment. Technical capability and Past performance when combined, are not equal when compared to price. 52.212-3 Offeror Representations and Certifications “ Commerical Items (JAN 2017). 1452.280-4 Indian Economic Enterprise Representation (JUL 2013). All Clauses may be accessed at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) sites: http://www.acquisition.gov/far http://www.doi.gov/pam http://edocket.access.gpo.gov/2010/2010-7967.htm Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), 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) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RFQ_140A0718Q0074/listing.html)
 
Place of Performance
Address: ZUNI, NM 87327
Zip Code: 87327
 
Record
SN04998290-W 20180721/180719230816-22214098e9dc0f6622c69a757b6483f7 (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.