COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,2000 PSA#2654 Department of the Air Force, Direct Reporting Units, 11th CONS, 110
Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305 70 -- COLOR PRINTER SOL F49642-00-T-0127 DUE 080400 POC Trunita Smith,
Contract Specialist, Phone (202) 767-8099, Fax (202) 767-7887, Email
Trunita.Smith@bolling.af.mil WEB: Visit this URL for the latest
information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F49642-00-T-0127&LocID=207. E-MAIL: Trunita Smith, Trunita.Smith@bolling.af.mil.
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. This announcement
constitutes the only solicitation; proposals are being requested and
a NO WRITTEN SOLICITATION WILL BE ISSUED. This is a request for
quotation (RFQ) F49642-00-T-0127. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97.8. This is a small business set-aside. The 11th
Contracting Squadron intends to procure for purchase the following
items. CLIN 0001, quantity 2 each, MFR BY: Colorspan. Display Maker
Series XII, 52" color printer. 12-color thermal inkjet, roll-fed
reciprocating head, 6 liters ink capacity (twelve 500 ml Big Ink
packs), paper roll-fed with auto width detection, integrated heated
dryer, motorized take-up spool and manual cutter, humidity
compensation: humidity sensor monitors relative humidity and adjusts
print speed as necessary to ensure adequate drying as required by the
ink and media selected. Telephone and technical support included. CLIN
0002, quantity 1 each, MFR BY: Colormark. Colormark 4000 print server
400MHZX, P/N 0900451-007. CLIN 0003, quantity 4 each. Cyan Ink
cartridge, P/N 0900460-001. CLIN 0004, quantity 4 each. Magenta ink
cartridge, P/N 0990460-002. CLIN 0005, quantity 4 each. Yellow ink
cartridge, P/N 0900460-003. CLIN 0006, quantity 4 each. Black ink
cartridge, P/N 0900460-004. CLIN 0007, quantity 4 each. Medium Cyan ink
cartridge, P/N 0900460-005. CLIN 0008, quantity 4 each. Medium Magenta
Ink cartridge, P/N 0900460-006. CLIN 0009, quantity 4 each. Satin
Photobase paper 60"x100'. CLIN 0010, quantity 1 each.
Installation/Maintenance. SRVC-1201, Installation and 1st year
maintenance on printers and server. ONLY FAXED OR EMAILED QUOTATIONS
WILL BE ACCEPTED, and request must include name, address, cage code,
tax I.D. number, DUNNS number, telephone number and business size/type.
If your company is a small business size, specify the type (e.g.,
woman-owned, minority owned, etc.). All contractors must be registered
with the Central Contractors Registration (CCR) to be eligible for
award. Contractors can contact the CCR by calling 1-888-227-2423.
CLAUSES INCORPORATED BY FULL TEXT: 52.252-1, SOLICITATION PROVISIONS
INCORPORATED BY REFERENCE (FEB 1998), 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(es): HTTP://FARSITE.HILL.AF.MIL; 52.212-5, 52.212-3,
OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (FEB
2000), (a) Definitions. As used in this provision: "Emerging small
business" means a small business concern whose size is no greater than
50 percent of the numerical size standard for the standard industrial
classification code designated. "Small business concern" means a
concern, including its affiliates, that is independently owned and
operated, not dominant in the field of operation in which it is bidding
on Government contracts, and qualified as a small business under the
criteria in 13 CFR Part 121 and size standards in this solicitation.
"Women-owned small business concern" means a small business concern --
(1) Which is at least 51 percent owned by one or more women or, in the
case of any publicly owned business, at least 51 percent of it_s stock
is owned by one or more women; and (2) Whose management and daily
business operations are controlled by one or more women. "Women-owned
business concern" means a concern which is at least 51 percent owned by
one or more women; or in the case of any publicly owned business, at
least 51 percent of the stock of which is owned by one or more women;
and whose management and daily business operations are controlled by
one or more women. (b) Taxpayer Identification Number (TIN) (26 U.S.C.
6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to
provide this information to a central contractor registration database
to be eligible for award.) (1) All offerors must submit the
information required in paragraphs (b)(3) through (b)(5) of this
provision to comply with debt collection requirements of 31 U.S.C.
7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A,
and 6050M, and implementing regulations issued by the Internal Revenue
Service (IRS). (2) The TIN may be used by the Government to collect
and report on any delinquent amounts arising out of the offeror's
relationship with the Government (31 U.S.C. 7701(c)(3)). If the
resulting contract is subject to the payment reporting requirements
described in FAR 4.904, the TIN provided hereunder may be matched with
IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer
Identification Number (TIN). ( ) TIN___________________________ ( )
TIN has been applied for. ( ) TIN is not required because: ( ) Offeror
is a nonresident alien, foreign corporation, or foreign partnership
that does not have income effectively connected with the conduct of a
trade or business in the United States and does not have an office or
place of business or a fiscal paying agent in the United States; ( )
Offeror is an agency or instrumentality of a foreign government; ( )
Offeror is an agency or instrumentality of the Federal Government. (4)
Type of organization. ( ) Sole proprietorship; ( ) Partnership; ( )
Corporate entity (not tax-exempt); ( ) Corporate entity (tax-exempt);
( ) Government entity (Federal, State, or local); ( ) Foreign
government; ( ) International organization per 26 CFR 1.6049-4; ( )
Other__________________________________ (5) Common parent. ( ) Offeror
is not owned or controlled by a common parent; Name and TIN of common
parent: Name____________________________________________
TIN____________________________ (c) Offerors must complete the
following representations when the resulting contract is to be
performed inside the United States, its territories or possessions,
Puerto Rico, the Trust Territory of the Pacific Islands, or the
District of Columbia. Check all that apply. (1) Small business concern.
The offeror represents as part of its offer that it ( ) is, ( ) is not
a small business concern. (2) Small disadvantaged business concern.
(Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision.) The offeror represents,
for general statistical purposes, that it ( ) is, ( ) is not a small
disadvantaged business concern as defined in 13 CFR 124.1002. (3)
Women-owned small business concern. (Complete only if the offeror
represented itself as a small business concern in paragraph (c)(1) of
this provision.) The offeror represents that it ( ) is, ( ) is not a
women-owned small business concern. Note: Complete paragraphs (c)(4)
and (c)(5) only if this solicitation is expected to exceed the
simplified acquisition threshold. (4) Women-owned business concern
(other than small business concern). (Complete only if the offeror is
a women-owned business concern and did not represent itself as a small
business concern in paragraph (c)(1) of this provision.) The offeror
represents that it ( ) is, not a women-owned business concern. (5) Tie
bid priority for labor surplus area concerns. If this is an invitation
for bid, small business offerors may identify the labor surplus areas
in which costs to be incurred on account of manufacturing or production
(by offeror or first-tier subcontractors) amount to more than 50
percent of the contract price:
_____________________________________________ (6) Small Business Size
for the Small Business Competitiveness Demonstration Program and for
the Targeted Industry Categories under the Small Business
Competitiveness Demonstration Program. (Complete only if the offeror
has represented itself to be a small business concern under the size
standards for this solicitation.) (i) (Complete only for solicitations
indicated in an addendum as being set-aside for emerging small
businesses in one of the four designated industry groups (DIGs).) The
offeror represents as part of its offer that it ( ) is, ( ) is not an
emerging small business. (ii) (Complete only for solicitations
indicated in an addendum as being for one of the targeted industry
categories (TICs) or four designated industry groups (DIGs).) Offeror
represents as follows: (A) Offeror's number of employees for the past
12 months (check the Employees column if size standard stated in the
solicitation is expressed in terms of number of employees); or (B)
Offeror's average annual gross revenue for the last 3 fiscal years
(check the Average Annual Gross Number of Revenues column if size
standard stated in the solicitation is expressed in terms of annual
receipts). (Check one of the following): Average Annual, Number of
Employees Gross Revenues, ( ) 50 or fewer ( ) $1 million or less ( ) 51
-- 100 ( ) $1,000,001 -- $2 million ( ) 101 -- 250 ( ) $2,000,001 --
$3.5 million ( ) 251 -- 500 ( ) $3,500,001 -- $5 million ( ) 501 -- 750
( ) $5,000,001 -- $10 million ( ) 751 -- 1,000 ( ) $10,000,001 -- $17
million ( ) Over 1,000 ( ) Over $17 million (7) (Complete only if the
solicitation contains the clause at FAR 52.219-23, Notice of Price
Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR
52.219-25, Small Disadvantaged Business Participation
Program-Disadvantaged Status and Reporting, and the offeror desires a
benefit based on its disadvantaged status.) (i) General. The offeror
represents that either -- (A) It ( ) is, ( ) is not certified by the
Small Business Administration as a small disadvantaged business concern
and identified, on the date of this representation, as a certified
small disadvantaged business concern in the database maintained by the
Small Business Administration (PRO-Net), and that no material change
in disadvantaged ownership and control has occurred since its
certification, and, where the concern is owned by one or more
individuals claiming disadvantaged status, the net worth of each
individual upon whom the certification is based does not exceed
$750,000 after taking into account the applicable exclusions set forth
at 13 CFR 124.104(c)(2); or (B) It {time} has, {time} has not
submitted a completed application to the Small Business Administration
or a Private Certifier to be certified as a small disadvantaged
business concern in accordance with 13 CFR 124, Subpart B, and a
decision on that application is pending, and that no material change in
disadvantaged ownership and control has occurred since its application
was submitted. (ii) Joint Ventures under the Price Evaluation
Adjustment for Small DisadvantagedBusiness Concerns. The offeror
represents, as part of its offer, that it is a joint venture that
complies with the requirements in 13 CFR 124.1002(f) and that the
representation in paragraph (c)(7)(i) of this provision is accurate for
the small disadvantaged business concern that is participating in the
joint venture. [The offeror shall enter the name of the small
disadvantaged business concern that is participating in the joint
venture: ____________.] (d) Certifications and representations required
to implement provisions of Executive Order 11246 -- (1) Previous
Contracts and Compliance. The offeror represents that -- (i) It ( )
has, ( ) has not, participated in a previous contract or subcontract
subject either to the Equal Opportunity clause of this solicitation;
and (ii) It ( ) has, ( ) has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that -- (i)
It ( ) has developed and has on file, ( ) has not developed and does
not have on file, at each establishment, affirmative action programs
required by rules and regulations of the Secretary of Labor (41 CFR
Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had
contracts subject to the written affirmative action programs
requirement of the rules and regulations of the Secretary of Labor. (e)
Certification Regarding Payments to Influence Federal Transactions (31
U.S.C. 1352). (Applies only if the contract is expected to exceed
$100,000.) By submission of its offer, the offeror certifies to the
best of its knowledge and belief that no Federal appropriated funds
have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress or an employee of a
Member of Congress on his or her behalf in connection with the award of
any resultant contract. (f) Buy American Act -- Balance of Payments
Program Certificate. (Applies only if the clause at Federal Acquisition
Regulation (FAR) 52.225-1, Buy American Act -- Balance of Payments
Program -- Supplies, is included in this solicitation.) (1) The offeror
certifies that each end product, except those listed in paragraph
(f)(2) of this provision, is a domestic end product as defined in the
clause of this solicitation entitled _Buy American Act -- Balance of
Payments Program -- Supplies_ and that the offeror has considered
components of unknown origin to have been mined, produced, or
manufactured outside the United States. The offeror shall list as
foreign end products those end products manufactured in the United
States that do not qualify as domestic end products. (2) Foreign End
Products: Line Item No.: -- -- -- -- -- -- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -- -- -- -- -, Country of Origin: -- -- --
-- -- -- -- -- -- -- -- -- -- -- -- -- -- — -- -- -- -- -- -- --
-- -, (List as necessary) (3) The Government will evaluate offers in
accordance with the policies and procedures of FAR Part 25. (g) (1) Buy
American Act -- North American Free Trade Agreement -- Israeli Trade
Act -- Balance of Payments Program Certificate. (Applies only if the
clause at FAR 52.225-3, Buy American Act -- North American Free Trade
Agreement -- Israeli Trade Act -- Balance of Payments Program, is
included in this solicitation.) (i) The offeror certifies that each end
product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of
this provision, is a domestic end product as defined in the clause of
this solicitation entitled _Buy American Act -- North American Free
Trade Agreement -- Israeli Trade Act -- Balance of Payments Program_
and that the offeror has considered components of unknown origin to
have been mined, produced, or manufactured outside the United States.
(ii) The offeror certifies that the following supplies are NAFTA
country end products or Israeli end products as defined in the clause
of this solicitation entitled _Buy American Act -- North American Free
Trade Agreement -- Israeli Trade Act -- Balance of Payments Program_:
NAFTA Country or Israeli End Products Line Item No.: -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -,
Country of Origin: -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -, (List as necessary) (iii) The offeror
shall list those supplies that are foreign end products (other than
those listed in paragraph (g)(1)(ii) of this provision) as defined in
the clause of this solicitation entitled _Buy American Act -- North
American Free Trade Agreement -- Israeli Trade Act -- Balance of
Payments Program._ The offeror shall list as other foreign end products
those end products manufactured in the United States that do not
qualify as domestic end products. Other Foreign End Products Line Item
No.: -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -, Country of Origin: -- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -, (List as necessary)
(iv) The Government will evaluate offers in accordance with the
policies and procedures of FAR Part 25. (2) Buy American Act -- North
American Free Trade agreements -- Israeli Trade Act -- Balance of
Payments Program Certificate, Alternate I (Feb 2000). If Alternate I to
the clause at FAR 52.225-3 is included in this solicitation, substitute
the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the
basic provision: (g)(1)(ii) The offeror certifies that the following
supplies are Canadian end products as defined in the clause of this
solicitation entitled _Buy American Act -- North American Free Trade
Agreement -- Israeli Trade Act -- Balance of Payments Program_:
Canadian End Products, Line Item No.: -- -- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -, (List as
necessary) (3) Buy American Act -- North American Free Trade Agreements
-- Israeli Trade Act -- Balance of Payments Program Certificate,
Alternate II (Feb 2000). If Alternate II to the clause at FAR 52.225-3
is included in this solicitation, substitute the following paragraph
(g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii)
The offeror certifies that the following supplies are Canadian end
products or Israeli end products as defined in the clause of this
solicitation entitled _Buy American Act -- North American Free Trade
Agreement -- Israeli Trade Act -- Balance of Payments Program_:
Canadian or Israeli End Products, Line Item No.: -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -,
Country of Origin: -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -, (List as necessary) (4) Trade Agreements
Certificate. (Applies only if the clause at FAR 52.225-5, Trade
Agreements, is included in this solicitation.) (i) The offeror
certifies that each end product, except those listed in paragraph
(g)(4)(ii) of this provision, is a U.S.-made, designated country,
Caribbean Basin country, or NAFTA country end product, as defined in
the clause of this solicitation entitled _Trade Agreements._ (ii) The
offeror shall list as other end products those end products that are
not U.S.-made, designated country, Caribbean Basin country, or NAFTA
country end products. Other End Products Line Item No.: -- -- -- -- --
-- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- --
-, Country of Origin: -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- -- -, (List as necessary) (iii) The
Government will evaluate offers in accordance with the policies and
procedures of FAR Part 25. For line items subject to the Trade
Agreements Act, the Government will evaluate offers of U.S.-made,
designated country, Caribbean Basin country, or NAFTA country end
products without regard to the restrictions of the Buy American Act or
the Balance of Payments Program. The Government will consider for
award only offers of U.S.-made, designated country, Caribbean Basin
country, or NAFTA country end products unless the Contracting Officer
determines that there are no offers for such products or that the
offers for such products are insufficient to fulfill the requirements
of the solicitation. (h) Certification Regarding Debarment, Suspension
or Ineligibility for Award (Executive Order 12549). The offeror
certifies, to the best of its knowledge and belief, that _ (1) The
offeror and/or any of its principals ( ) are, ( ) are not presently
debarred, suspended, proposed for debarment, or declared ineligible for
the award of contracts by any Federal agency, and (2) ( ) Have, ( )
have not, within a three-year period preceding this offer, been
convicted of or had a civil judgment rendered against them for:
commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a Federal, state or local
government contract or subcontract; violation of Federal or state
antitrust statutes relating to the submission of offers; or commission
of embezzlement, theft, forgery, bribery, falsification or destruction
of records, making false statements, tax evasion, or receiving stolen
Posted 07/28/00 (D-SN480103). (0210) Loren Data Corp. http://www.ld.com (SYN# 0258 20000801\70-0003.SOL)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on July 28, 2000 by Loren Data Corp. --
info@ld.com
|
|
|