Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

36 -- UV Printer/Cutter with Software

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1942 GAFFNEY ST, SUITE 100, JOINT BASE PEARL HARBOR HICKAM, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N00604-18-R-4019
 
Response Due
9/17/2018
 
Archive Date
3/16/2019
 
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
Total Small Business
 
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 N00604-18-R-4019 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 333244 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-17 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001: CLIN 0001, Mimaki CJV300-130, 54 ¯ UV Printer and Cutter OR Equivalent, 1 each Print headOn-demand piezo head Print resolution 300dpi, 600dpi, 900dpi, 1200dpi Droplet size Min. 7pl, Max. 28pl Head gap 3 degrees adjustment (2.0/2.5/3.0 mm) by manual Ink Type/Color LED-UV ink: LUS-170 (C, M, Y, K, Lc, Lm, W) LED-UV ink: LUS-175 (C, M, Y, K, Lc, Lm, W) *Only available in specific countries LED-UV ink: LUS-200 (C, M, Y, K, W) Ink Capacity 1L (Bottle supply) Max. print width 1,361 mm (53.5 in) Max. media width 1,371 mm (54.0 in) Media thickness 1.0 mm or less Media roll outer diameterĻ†250 mm or less Media roll weight 40 kg (88.2 lb) or less Cut speed Max. 300 mm/s (420 mm/s in 45 degrees direction) Cut pressure 10-450 gf Cutter Types Eccentric cutter, Blade for small character, Blade for reflective sheet, Blade for fluorescent sheet, Blade for PVC with low-pressure Safety standard VCCI Class A / FCC Class A / Compliant with UL 60950-1, ETL / CE Marking (EMC, Low voltage, Machinery directive) / RoHS / CB Report / REACH, ENERGY STAR ® / RCM Interface USB2.0 / Ethernet 1000 BASE-T Equivalent Product must require UV Protective Ink because the signs are going to be outdoor signs., 1, EA; LI 002: SSAI Software Flexi Sign and Printer or Equivalent Software associated with UV Printer, 1, EA; LI 003: Freight Charges, 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, FLC - Pearl Harbor 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.204-7: System for Award Management 52.204-13: SAM Maintenance 52.204-18: CAGE MAINTENANCE 52.209-2: Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6: Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6: Brand Name or Equal 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor 52.222-19: Child Labor--Cooperation with Authorities and Remedies 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Equal Opportunity for Workers With Disabilities 52.222-37: Employment Reports on Veterans 52.222-50: Combating Trafficking in Persons 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-39: Unenforceability of Unauthorized Obligations 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.233-1: Disputes 52.239-1: Privacy or Security Safeguards 52.247-34: FOB Destination 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7003: Control of Government Personnel Work Product 252.204-7004 Alt A: System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011: Alternative Line Item Structure 252.204-7012: Safeguarding of Unclassified Controlled Technical Information 252.211-7003 : Item Unique Identification and Valuation 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate ”Basic 252.225-7001: Buy American Act & Balance of Payments Program 252.225-7002: Qualifying Country Sources as Subcontractors 252.225-7048: Export- Controlled Items 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-18-R-4019/listing.html)
 
Place of Performance
Address: Pearl Harbor, HI 96860
Zip Code: 96860-4549
 
Record
SN05087152-W 20180915/180913231013-8b894b344b2eb165a2e6bb7e54b0724f (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  © 1994-2020, Loren Data Corp.