Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

75 -- Toner Cartridge Replacement

Notice Date
9/20/2021 4:02:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325910 — Printing Ink Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-21-Q-1119
 
Response Due
9/22/2021 3:00:00 PM
 
Archive Date
10/07/2021
 
Point of Contact
Dan Collins, Phone: 515-252-4647
 
E-Mail Address
daniel.w.collins.mil@mail.mil
(daniel.w.collins.mil@mail.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation, W912LP-21-Q-1119, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07, effective 9/10/2021. This solicited is issued for full and open competition. The NAICS code is 325910 and the small business size standard is 500 employees. Basis for award is Price. The Government intends to award a firm fixed price purchase order to the vendor whose quote, conforming to the requirements of this solicitation, represents the lowest total price to the Government for items meeting the minimum specifications identified in the Statement of Work (SOW). The Government intends to make a single award in response to this solicitation. See Attachment 1, SOW, for a list of Toner Cartridges by location and estimated usage. The Government will request delivery of toner cartridges, on an as-needed basis, for 12 months after award of the purchase order. The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference. The full text of all provisions and clauses can be viewed at www.acquisition.gov. The following provisions are incorporated by reference: FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.212-1, Instructions to Offerors � Commercial DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Supplier Performance Risk System in Past Performance Evaluations The following clauses are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.212-4, Contract Terms and Conditions � Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Work Product DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors � Prohibition on Fees and Consideration DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26, Covered Telecommunications Equipment or Services � Representation FAR 52.212-3 with Alt 1, Offeror Representations and Certifications�Commercial Items DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7098 (DEV), Prohibition on Contracting to Maintain or Establish a Computer Network Unless such Network is Designed to Block Access to Certain Websites � Representation (DEVIATION 2021-O0003) DFARS 252.225-7000, Buy American Act � Balance of Payments Program Certificate DFARS 252.239-7098 (DEV), Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) The following clauses are incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.222-19 (DEV) Child Labor � Cooperation with Authorities and Remedies (Deviation 2020-O0019, Rev 1)�� DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area Workflow Payment Instructions Quote Submission Requirements - the following documents/information shall be submitted with the quote. Failure to provide all required documents may render your quote non-compliant and it may not be considered. 1. Attachment 3, FAR and DFARS Section 889 Representations 2. Attachment 4, Contractor Information and Pricing Tables 3. Product specifications for each brand/part number of toner cartridge quoted 4. Country of origin for each brand/part number of toner cartridge quoted Quotes are due no later than Wednesday, 22 September 2021 at 5:00 p.m. Central Time. Quotes shall be submitted to Dan Collins, Contract Specialist, at daniel.w.collins.mil@mail.mil. Questions shall be emailed to the Contract Specialist, allow time to research the question and provide an answer before the quote due date. Answers will be provided with questions on a non-attribution basis. Questions will not be accepted by phone Attachments: 1 � Statement of Work 2 � Full Text Provisions and Clauses 3 � FAR and DFARS Section 889 Representations 4 � Contractor Information and Pricing Tables
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/429f02fbf1cf4964a0fe73140a1e857a/view)
 
Place of Performance
Address: Johnston, IA 50131-1824, USA
Zip Code: 50131-1824
Country: USA
 
Record
SN06138812-F 20210922/210920230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.