SOLICITATION NOTICE
36 -- RECONDITIONED ENGINEERING COPIER AND MAINTENANCE
- Notice Date
- 3/5/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- Reference-Number-02-825-2444
- Response Due
- 3/15/2002
- Archive Date
- 3/30/2002
- Point of Contact
- Randy Schroyer, Purchasing Agent, Phone (301) 975-6314, Fax (301) 975-8884,
- E-Mail Address
-
randy.schroyer@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES.***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 effective February 18, 2002.***The associated North American Industrial Classification System (NAICS) code for this procurement is 421420 with a small business size standard of 100 employees. However, this acquisition is unrestricted and all interested offerors may submit a quote.***This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement***The National Institute of Standards and Technology has a requirement for a Reconditioned Engineering Copier, for use by the Fabrication Technology Div.***All interested offerors shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Xerox Model 3060 or equivalent Reconditioned Engineering Copier meeting the following specifications: A) document input - maximum size: 36" width / minimum size: 8-1/2" x 11" / types: opaque, translucent and transparent documents. B) productivity - warm-up time: standby less than 3 minutes / cold start: 5-7 minutes / rated speed: 15 linear feet per minute. C) media type: 20 lb. bond paper. D) power requirements: 115 volt AC. E) physical characteristics - system size: height 50" / width 60" / depth 32". LINE ITEM 0002: trade-in of one (1) ea. Xerox Model 2510 (S/N 64G023569) Engineering Copier. LINE ITEM 0003: Quantity six (6) months Comprehensive Full Service Maintenance to include parts, labor, travel time, expenses and preventive maintenance necessary to keep equipment operating at optimum performance and service response within 24-hrs., M-F 8:00AM-5:00PM; and 1000 SF media. LINE ITEM 0004: Delivery FOB Destination: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the purchase order; and pay and bear all charges to the specified point of delivery. The contractor shall deliver all line items FOB Destination, to NIST, Building 304/Rm. 135, 100 Bureau Dr., Gaithersburg, MD 20899-0001. Delivery shall occur within 30 days or less after receipt of the purchase order.*** Please describe in your quote the warranty coverage, furnish evidence of Section 508 compliance and indicate whether a GSA contract is applicable.***The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: 1) technical capability ("meeting or exceeding the requirement"; 2) past performance and 3) price.***Technical capability and past performance, when combined, are significantly more important than price.***Evaluation of technical capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated herein and meet the needs of the Government in essentially the same manner as the brand name.***Evaluation of past performance shall be based on the references provided IAW FAR 52.212-1(b)(10). Offerors shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed.***The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.219-22 Small Disadvantaged Business Status.***CLAUSES: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies; (21) 52.225-13, Restriction on Certain Foreign Purchases; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, downloaded at www.nist.gov/admin/od/contract/agency.htm *** Offerors shall submit ALL of the following: 1) a quotation which addresses Line Items 0001 through 0004; 2) technical description and/or product literature; 3) description of commercial warranty; 4) the most recent published price list(s); 5) a list of two (2) contracts/purchase orders completed during the past three (3) years for similar equipment with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; 6) GSA contract information, if applicable to the equipment being offered; 7) evidence of Section 508 compliance; 8) a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. All quotes may be faxed (301/975-8884 or 301/869-0459) to the National Institute of Standards and Technology, Acquisition and Logistics Div., Attn: Randy Schroyer, 100 Bureau Dr., Stop 3571, Bldg. 301/Rm. B125, Gaithersburg, MD 20899-3571.***Offerors shall ensure the RFQ number is visible on the fax coversheet.***Submission shall be received by 4:00PM local time on March 15, 2002.
- Place of Performance
- Address: 100 Bureau Dr., Gaithersburg, MD
- Zip Code: 20899-0001
- Country: USA
- Zip Code: 20899-0001
- Record
- SN00035588-W 20020307/020305213107 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |