SOLICITATION NOTICE
74 -- Automation Equipment - Printers
- Notice Date
- 11/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-07-T-0006
- Response Due
- 12/8/2006
- Archive Date
- 2/6/2007
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- 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. The solicitation number is W911RZ-07-T-0006. This solicitation is issued as a Request For Quotation (RFQ) under simplified acquisition procedures, which incorporates provisions and claus es for commercial items in effect through Federal Acquisition Circular 97-12. This procurement is 100 percent set-aside for Service-Disabled Verteran-Owned Small Business. See note 29. The NAICS code is 423430. All responsible sources may submit a prop osal, which , if timely received, shall be considered by the Government. The Standard Industrial Code is 5045. The small business size is 500 employees. The contractor shall provide the following items: CLIN 0001 - HP Laserjet 3050 All-in-One or equal, Qty 3 - including one year (MINIMUM) Standard Commercial Warranty. CLIN 0002 - HP Laserjet 3390 All-in-One or equal Qty 3 - including one year (MINIMUM) Standard Commercial Warranty. CLIN 0003 - HP Laserjet 4350 Printer or equal, Qty 3 - including one year (MINIMUM) Standard Commercial Warranty. CLIN 0004 - HP Laserjet 4700 Printer or equal, Qty 7 - including one year (MINIMUM) Standard Commercial Warranty. CLIN 0005 - HP 9200C Digital Sender or equal, Qty 17 - including one year (MINIMUM) Standard Commercial Warranty. The salient features for each item are contained in Attachment 01. The following factors (all equally important) shall be used to evaluate quotations: Price, Technically Acceptable. Vendors are also required to provide item literature sufficient for a technical evaluation of the product offered. All specified items are r equested in accordance with FAR 52.211-6 Brand Name or Equal and all technically qualified brands will be considered, FAR 204-7 Central Contractor Registration applies, The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006) appl ies to this acquisition. Offerors are required to complete and include a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Sep 2006) with their proposals. FAR clause 52.212-4 Contract Terms and Conditions Co mmercial Items (Sep 2005) applies to this acquisition. FAR clause 52.212-5 Contract Terms and Cond itions Required to Implement Statutes or Executive Orders- Commercial Items (Sep 2006) applies with the following applicable clauses from paragraph (b). FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 222-36 Affirmative Action for Handicapped Workers. FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vi etnam Era. FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004), FAR 52.247-29 F.O.B-Origin, FAR 52.252-7001 Clauses Incorporated by Ref erence http://farsite.hill.af.mil/vffara.htm or http://www.arnet.gov/far, 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2006) applies with the foll owing applicable clauses from paragraph (b). DFARS 252.252-7003 Electronic Submission of Payment Requests. In addition to the listed FAR provisions and clauses, all offerors must provide a contractor identification code which is currently the Dunn and Bra dstreet Data Universal Numbering System (DUNS) number. The Government intends to make a single award to the offeror whose offer is most advantageous to the Government using Simplified Acquisition Procedures. Mail, email, or fax copy of offers must be rec eived no later than 5:00 PM MST, December 8, 2006 . Offers may be mailed or faxed to ACA/DOC Fort Carson, ATTN: Richard Mizell, 1676 Evans St. BLDG 1220, 3rd Floor, Fort Carson, CO. 80913-5196 FAX: 719-526-6622 or emailed to richard.mizell1@us.army.mil
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Country: US
- Record
- SN01185699-W 20061124/061122220633 (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 |