SOLICITATION NOTICE
67 -- Microfiche Reader/Scanner
- Notice Date
- 3/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423420
— Office Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Buckley AFB, Colorado, 80011-9551
- ZIP Code
- 80011-9551
- Solicitation Number
- F1KTAA9015A001
- Archive Date
- 4/4/2009
- Point of Contact
- David Soule,, Phone: 720 847-9882
- E-Mail Address
-
david.soule@buckley.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Microfiche Reader/Scanner. This is a combined synopsis/solicitation for 5 microfiche reader/scanner machines. The required equipment is commercial in nature, therefore, FAR Part 12; Acquisition of Commercial Items shall apply to this acquisition. This acquisition is a FY 09 requirement to provide a microfiche reader/scanner unit in support of the U.S. Air Reserve Personnel Center, Denver, CO, 80280. Delivery is required no later than 30 days after the date of contract. FOB is destination. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote # F1KTAA9015A001. Submit written offers, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (: http://www.ccr.gov/). Register via the CCR website at http://www.ccr.gov/ or by contacting CCR Customer Service Contact Information at 1-888-227-2423 and all offerors must submit their representations and certifications at the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov. This procurement is being issued as a 100% Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 and DFARS Change Notice 20081124. North American Industrial Classification Standards (NAICS) 333313, 333315, 423420, or 443130; and Size Standards 1000, 500, 100, or $7.0 million respectively apply to this procurement. The Government intends to award a Brand Name or Equal, Firm Fixed Price Purchase Order under Simplified Acquisitions Procedures (SAP) using FAR Part 13 on an all or nothing basis. Additionally, the Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Any questions regarding this notice should be directed to Mr. David Soule, 460 CONS/LGCB, 510 S Aspen St (MS 92), Buckley AFB, CO 80011-9572, telephone (720) 847-9882, fax (720) 847-9228, email david.soule@buckley.af.mil or Mr. Thomas Elliott, telephone (720) 847-9952, fax (720) 847-9228, email tom.elliott@buckley.af.mil. 2. The contract will be Firm-Fixed Price with the following structure: Description CLIN 0001 Qty Unit Unit Cost Total Cost ScanPro 2000 Reader/Scanner: 5 EA $0.00 $0.00 Reader/Scanner to include following components in price: - 120/230V, 50/60 Hz - COMBO Microfiche & Aperture Card Carrier Assembly 5X6 - Zoom Lens 7X-54X - Finish Kit, E-IMAGEDATA - Power Cord, Domestic - Lifetime Lamp Warranty 3. The full text of any clause may be accessed electronically at http://farsite.hill.af.mil/. The following FAR provisions apply to this combined synopsis/solicitation. Offerors must comply with all instructions contained therein. 4. The following provisions and clauses apply to this acquisition: 4a. The following FAR clause applies to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperatrion with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.225-1 Buy American Act -- Supplies FAR 52.225-2 Buy American Act Certificate FAR 52.225-3 Alt I Buy American Act - Free Trade Agreements - Israeli Trade Act FAR 52.232-1 Payments FAR 52.232-9 Limitation of Witholding of Payments FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration. FAR 52.252-2 Clauses Incorporated by reference (view clauses at): http://farsite.hill.af.mil/vffar1.htm 4b. The following Department of Defense FAR Supplement (DFARS) clauses also apply: DFARS 252.204-7004 Alt. A Central Contractor Registration (FAR 52.204-7) DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes DFARS 252.225-7001 Buy American Act and Balance of Payments Program 4c. The following Air Force FARS (AFFARS) clauses also apply: AFFARS 5352.201-9101 Ombudsman Contact: AFSPC, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. AFFARS 5352.223-9000 Elimination of ODS AFFARS 5352.223-9001 Health & Safety on Gov't Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations 5. Contractor shall submit their Federal Tax ID Number, CAGE code, DUNS number, size of business with respect to this NAICS, and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2008) has been completed electronically on line at http://orca.bpn.gov/, as well as a statement acknowledging any solicitation amendments. 6. The government intends to make a lowest price technically acceptable single award to the responsible offeror whose offer is the most advantageous to the Government. 7. Contractor shall be required to invoice through the wide are work flow(WAWF) system at https://wawf.eb.mil. 7a. Information purposes only: Wide Area Work Flow (WAWF) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Using the WAWF System Please access http://www.wawftraining.com for a detailed, "WAWF Vendor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit electronic payments. 2. Follow-up (if necessary). If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988 COMMERCIAL 801-605-7095 DSN 388-7095 FAX Commercial: 801-605-7453 DSN 388-7453 Email: CSCASSIG@CSD.DISA.MIL Note: Reference "WAWF" in email Subject line. The following codes will be required to route your invoices through WAWF. CONTRACT NUMBER: FA2543-09-X-XXXX TYPE OF DOCUMENT: 2-in-1 Invoice CAGE CODE: XXXXX ADMIN DODAAC: FA2543 ISSUE DODAAC: FA2543 SHIP TO DODAAC: F1KTAA PAY OFFICE DODAAC: F03000 E-Mail Notifications Contract Administrator: david.soule@buckley.af.mil Customer: NOTE: Due to formatting controlled upon submission by Fed Biz Ops, the original formatting of this document may become distorted or difficult to read. This announcement may be requested in Microsoft Word format by contacting Mr. David Soule at david.soule@buckley.af.mil 8. All questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication shall not be permitted. The Contract Specialist is david.soule@buckley.af.mil. 9. All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR shall make an offeror ineligible for contract award. 10. All quotes must be sent to David Soule at david.soule@buckley.af.mil or faxed to 720-847-9228 no later than 12:00 PM MST on 20 Mar 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7b8803cc92153d59287301c647beaeb5&tab=core&_cview=1)
- Place of Performance
- Address: HQ ARPC, 6760 E. Irvington Pl., Denver, Colorado, 80280-0001, United States
- Zip Code: 80280-0001
- Zip Code: 80280-0001
- Record
- SN01768529-W 20090315/090313215133-7b8803cc92153d59287301c647beaeb5 (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 |