Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2019 FBO #6316
SOLICITATION NOTICE

49 -- Gerber Edge FX Thermal Printer

Notice Date
3/8/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
1940 Graeber Street Bldg 449 March ARB CA 92518-1650
 
ZIP Code
92518-1650
 
Solicitation Number
FA46649066A02
 
Response Due
3/22/2019
 
Point of Contact
Carlo Aban, Purchasing Agent, Phone 9516555298, - Norman MacRunnel, Contracting Officer, Phone 951-655-5758, Fax 951-655-5753
 
E-Mail Address
carlo.aban@us.af.mil, norman.macrunnel@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR 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. Solicitation Number FA46649066A02 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 20 December 2018 and the Defense Federal Acquisition Regulations (DFARS) change notice 20190215. This requirement is being issued on a 100% small business set-aside acquisition. The applicable North American Industrial Classification System (NAICS) Code is 323113 with a small business size standard of 500 Size Standard. The contractor shall furnish all labor, materials, equipment, transportation necessary to purchase Gerber Edge FX Thermal Printer and plotter or equal that are necessary to the operation of the March Air Reserve Base Bldg. 2312 that meet the specifications which is attached to this notice, and shall become a part of the resulting contract. This requirement is a Firm Fixed-Price (FFP) Contract. The period of performance will be for a period of 24 weeks from the contract award date and will be awarded to the responsible offeror whose quote conforms to the solicitation and considered to be the most advantageous to the Government pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, utilizing the Lowest-Price-Technically-Acceptable (LPTA). To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Non-compliance with the specific instructions will preclude your submitted quote for consideration. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the quotes: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be established by review of each submitted quote by the designated technical evaluator(s) and verification that all items show clear, compelling and convincing evidence that all items meet the salient characteristics and are determined as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable offered price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated. Offers must include offered price to meet the full requirement of the Statement of Work (SOW). The following solicitation provisions and clauses apply: FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.212-1, Instructions to Offerors, Commercial Items applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I at www.sam.gov. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies to this acquisition, 52.232.40, Providing Accelerated Payments to Small business Subcontractor; FAR 52.252-2, Clause Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7006, Billings Instructions; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DOD Contracts and AFFARS 5352.201-9101, Ombudsman. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA46649066A02/listing.html)
 
Place of Performance
Address: 175 AIRLIFT WAY BLDG 2312 MARCH ARB, CA
Zip Code: 92518
Country: US
 
Record
SN05244734-F 20190310/190308230028 (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.