SOLICITATION NOTICE
36 -- 60 month lease to own plan of(1) one color copier (Minolta Model: CF2002 or equal)
- Notice Date
- 1/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- M00681 Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068103T0080
- Archive Date
- 2/21/2003
- Point of Contact
- Kimberly Johnson 760-725-8128
- E-Mail Address
-
Email your questions to click here to contact the Contracting Officer via E-mail
(johnsonkv@pendleton.usmc.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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is for a 60 month Lease To Own plan of one (1) Full Color Copier (Minolta Model: CF2002) or equal. Salient characteristics are as follows: 20 pages per minute full color and 31 PPM B/W with Print Server (CN3102e), Embedded Color Print controller, Intel Pentium III CPU, 700 MHZ Processor, 10 GB Hard Disk, 256 MB Server RAM, Adobe PostScript 3, PCL 5c, Ethertalk Phase II, TCP/IP/IPP, PageScope Suite of Software, Scanner (SC-1 Scanner), Copier Stand (CS-2), 4 Paper Trays ( PF-118, 1,925 paper capacity), Copy Table (CT-2), Duplexing Doc ument Feeder(AFR-18, Handles 1-Sided & 2-Sided originals) and Duplexing Unit, Copier to be delivered and installed at Building 1164 room 105, aboard MCB Camp Pendleton, California 92055. This procurement is conducted in accordance with FAR Part 13- Simplified Acquisition Procedures and FAR Part 12- Acquisition of Commercial Items. This announcement constitutes the only solicitation. A WRITTEN SOLICITATION WILL NOT BE USED. This requirement is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-07 and Defense Circular 91-13. This solicitation is not restricted regarding business size. NAICS 323115 applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, brand name or equal conforming to the solicitation , will be considered the best value to the Government. The following factors shall be used to evaluate offers: technical, past performance, price, and delivery time. The quotation shall include a proposed price for leasing to own for 60 month Lease to own of the Copier and Accessories described above, as well as the required certification and representations described below. Note: Order will be issued as a Base year (12 months) with 4, 12 month, option periods. The quotation selected for award shall be incorporated into the resulting contract award document. The following FAR Clauses/Provisions apply: 52.203-3, Gratuities, 52.2 12-1, Instructions to Offerors- Commercial Items, 52.212-3, Offeror Representations and Certifications- Commercial Items, (Copies of 52.2 12-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far), 52.212-4 Co ntract Terms and Conditions- Commercial Items, 52.2 12-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-3 6 Affirmative Action for Handicapped Workers, 52.222-3 7 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.222-41). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certification- Commercial Items with their offer. The offeror should also provide its Commercial and Government Entity (Cage) code, C ontractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and be considered for future discussions and/or award. Questions regarding the solicitation shall be submitted no later than January 17, 2003. Written, facsimile, or emailed quotes can be sent via Fedex to the Regional Contracting Office ?SW, Attn: Kimberly Johnson, Bldg 22180, MCB Camp Pendleton ,Ca 92055 or by mail to Regional Contracting Office ? USMC, PO Box 1609, Oceanside, Ca 92051-1609, Attn: Kimberly Johnson. The above required information must be received at this office on or before January 2 1 at 4:30 p.m. PST. All responsible sources in compliance with the above may submit a quote that will be considered. Quotes may be submitted by facsimile transmission. Facsimile or emailed quotes are subject to the same rules as paper quotes. The telephone number receiving facsimile equipment is 760-725-8445. The government reserves the right to make award solely on facsimile quotes. The complete original quote shall be submitted if requested by the contracting officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number of the contracting officer on the first page to ensure proper receipt.
- Web Link
-
Click to download for Reps Certs
(http://www.arnet.gov/far)
- Record
- SN00236458-W 20030111/030109213643 (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 |