SOLICITATION NOTICE
75 -- Repair and Maintenance Supplies for the Kodak Nexpress S3000 Digital Production Color Press.
- Notice Date
- 9/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-09-R-01KH
- Response Due
- 9/25/2009
- Archive Date
- 11/24/2009
- Point of Contact
- Kristy Helton, 309-782-6965
- E-Mail Address
-
TACOM - Rock Island
(kristy.helton@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation W52H09-09-R-01KH is hereby issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The NAICS code is 423410. This solicitation will be competed under full and open competition. Description of Requirement: The Government intends to award a one-year IDIQ contract for various Kodak repair and maintanance supplies for the Kodak Nexpress S3000 Digital Production Color Press. The supplies must be Kodak brand in order for the machines warranty and service obligations to remain in full force and effect. Attachment 001 details the specific supplies to be acquired, and the estimated monthly use. The minimum guaranteed quantity is one month of supplies. It is anticipated that the Government will place monthly orders for any combination of supplies listed on Attachment 001. Acceptance shall be at Destination. Shipping shall be FOB Destination to Great Lakes, IL 60088 The following provisions are incorporated by reference (The full text of FAR and DFAR references may be accessed electronically at http://farsit.hill.af.mil.): 52.204-7 Central Contractor Registration 252.204-7004 Alternate A, Central Contractor Registration 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 52.212-1 Instructions to OfferorsCommercial 52.212-3 Offeror Representations and CertificationsCommercial Items 52.212-4 Contract Terms and ConditionsCommercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, including: 52.219-8 Utilization of Small Business Concerns 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commercial Items, including: 52.203-3 Gratuities 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 52.219-8, Utilization of Small Business Concerns, including: 252.225-7002 Qualifying Country Sources as Subcontractors 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.246-7000 Material Inspection and Receiving Report The following provisions are provided in full text: 52.233-4503 (TACOM LCMC-RI) AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527 Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures. (End of Clause) 52.201-4501 (TACOM LCMC-RI) NOTICE ABOUT TACOM-RI OMBUDSMAN a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) contractors. b. If you think that this solicitation: (1) has inappropriate requirements; or (2) needs streamlining; or (3) should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO). c. The buyer's name, phone number and address are on the cover page of this solicitation. d. If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can contact the Ombudsman Office. The address and phone number are: U.S. Army TACOM LCMC (RI) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil e. If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number; (2) Name of PCO; (3) Problem description; (4) Summary of your discussions with the buyer/PCO. (End of Clause) 52.204-4505 (TACOM LCMC-RI) DISCLOSURE OF UNIT PRICE INFORMATION This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23,1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such release prior to submission of initial proposals. (End of clause) 52.247-4531 (TACOM LCMC-RI) COGNIZANT TRANSPORTATION OFFICER a. The contract administration office designated at the time of contract award, or the office servicing the point of shipment if subsequently designated by the original office, will be the contact point to which the contractor will: (1) Submit, as necessary, DD Form 1659, Application for U.S. Government Bill(s) of Lading/Export Traffic Release, in triplicate at least ten days prior to date supplies will be available for shipment; (2) Obtain shipping instructions as necessary for F.O.B. Destination delivery; and (3) Furnish necessary information for MILSTRIP/MILSTAMP or other shipment documentation and movement control, including air and water terminal clearances. (4) For FMS, at least 10 days in advance of actual shipping date the contractor should request verification of Ship to and Notification address from the appropriate DCMAO. b. The contract administration office will provide to the contractor data necessary for shipment marking and freight routing. c. The contractor shall not ship directly to a Military air or water port terminal without authorization by the designated point of contact. (End of Clause) 52.246-4500 (TACOM LCMC-RI) MATERIAL INSPECTION AND RECEIVING REPORTS (DD Form 250s) a. To comply with the clauses at 252.246-7000, Material Inspection and Receiving Report, and at 252.232-7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil. b. When prompted to send additional email notifications, add kristy.helton@us.army.mil. c. You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf d. Other WAWF training is available from the WAWF main web site, or directly at: http://www.wawftraining.com (End of clause) 52.216-22 INDEFINITE QUANTITY a. This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. b. Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. c. Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. d. Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 6 month after the contract expiration date. (End of Clause) 52.216-18 ORDERING a. Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through one year after award. b. All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. c. If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 ORDER LIMITATIONS a. Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _____N/A________, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. b. Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of _____N/A________; (2) Any order for a combination of items in excess of ______N/A________; or (3) A series of orders from the same ordering office within ____N/A_________ days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. c. If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. d. Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __N/A___ days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) A completed copy of the provision 52.212-3 Offeror Representations and CertificationsCommercial Items must be included with each Offerors proposal. Proposals must signed, dated, and submitted to kristy.helton@us.army.mil. Due date and time for receipt of proposals is September 25, 2009, 4:00pm CST. The point of contact for this solicitation is Kristy Helton, 309-782-6965, kristy.helton@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H09-09-R-01KH/listing.html)
- Place of Performance
- Address: TACOM Contracting Center- Rock Island ATTN: CCTA-AR-IB, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Zip Code: 61299-7630
- Record
- SN01956044-W 20090917/090916002614-3784b79a701ef5e352c8a03b340d2c60 (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 |