Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2010 FBO #3121
SOLICITATION NOTICE

36 -- Automatic Paper Punch-Same as or Equal to- Model AP-2 - Product Specifications

Notice Date
6/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333293 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DAPS - Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17055
 
ZIP Code
17055
 
Solicitation Number
SA4705-10-Q-0138
 
Point of Contact
Ryan M. Julias, Phone: 7176056880, Alice J Seideneck, Phone: 7176053641
 
E-Mail Address
ryan.julias@dla.mil, alice.seideneck@dla.mil
(ryan.julias@dla.mil, alice.seideneck@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Clauses Product Specifications 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) number SA4705-10-Q-0138. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-31 effective 19 MAR 2009, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2009-12. This acquisition is unrestricted. The associated North American Industrial Classification System (NAICS) code is 33293 and the small business size standard is 1,000 employees. The Document Automation Production Services (DAPS) has a requirement to purchase a quantity of four (4) Automatic Paper Punches Same as or equal to the AP-2, fourteen (14) Automatic Paper Punch Dies Same as or Equal to the AP-2, and Four (4) Separate Deliveries to Separate Locations. See attached specification sheet for specific requirements. Schedule of Supplies/Services CLIN 0001 – Part Number: AP-2 Automatic Paper Punch or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0002 – Part Number: AP-2 Automatic Paper Punch Dies (3-hole, 19-hole, 44 hole, 6 hole custom) or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0003 – Part Number: Delivery QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0004 – Part Number: AP-2 Automatic Paper Punch or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0005 – Part Number: AP-2 Automatic Paper Punch Dies (3-hole, 19-hole, 44 hole) or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0006 – Part Number: Delivery QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0007 – Part Number: AP-2 Automatic Paper Punch or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0008 – Part Number: AP-2 Automatic Paper Punch Dies (3-hole, 5-hole, 19-hole,44 hole) or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0009 – Part Number: Delivery QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0010 – Part Number: AP-2 Automatic Paper Punch or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0011 – Part Number: AP-2 Automatic Paper Punch Dies (3-hole, 19-hole, 44 hole) or Equal: QTY 1 @ $_________________ EACH = $_______________ TOTAL CLIN 0012 – Part Number: Delivery QTY 1 @ $_________________ EACH = $_______________ TOTAL Delivery is 30 days after receipt of order. Shipping shall be FOB Destination. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation. The clauses provisions are attached or may be accessed in full text at http://farsite.hill.af.mil/. FAR 52.212-1: Instructions to Offerors-Commercial Items Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be completed online at: http://www.ccr.gov/. OFFER SUBMISSION INSTRUCTIONS – Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended price for CLIN (5) Technical information (as stated below under FAR 13.106-2) (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluation of Quotations or Offers – The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4 apply: FAR 52.247-34 FOB DESTINATION FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; in paragraph (b) the following clauses apply: See attached. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. See attached. All questions and inquiries should be addressed via email to the Contract Specialist POC, ryan.julias@dla.mil -- Request for Quotation Number SA4705-10-Q-0138. Offerors responding to this announcement must submit their quotation via email to: ryan.julias@dla.mil. All quotes must be received by June 21, 2010 at 4:00 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SA4705-10-Q-0138/listing.html)
 
Record
SN02173178-W 20100611/100609235556-a029a2ceac25828805afe3e186010a6e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.