SOLICITATION NOTICE
70 -- Xpress XE & Xstream Printer incl. maintenance - JOFOC
- Notice Date
- 3/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
- ZIP Code
- 20705
- Solicitation Number
- AG-3A94-S-12-0010
- Archive Date
- 3/23/2012
- Point of Contact
- Valerie Dinkel, Phone: 3015044221
- E-Mail Address
-
Valerie.Dinkel@fsis.usda.gov
(Valerie.Dinkel@fsis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Justification for Other than Full and Open Competition. The U.S Department of Agriculture, Food Safety and Inspection Service has a requirement to purchase the following: Xpress CE w/ TWO (2) Combo Drives, XstreamJet Printer, CIS Kit add-on and one-year of maintenance. The system shall include, at a minimum, i3 Quadcore PC processor, 8GB of RAM, (1) 500GB Hard Drive with Win7 Pro, Sony Optiarc recorders and Imagemaker Software Suite (Quantity: 1 Each). This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quote; quotes are being requested and a written solicitation will not be issued. The Government intends to procure a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 dated February 2, 2012. The NAICS Code and the small business size standard for this procurement are 423430/100 employees, respectively. The offeror shall state in its offer the size status for this procurement. One (1) Xpress CE and Xstream Jet Printer w/CIS Kit add-on shall be delivered to: USDA, FSIS, OCIO Headquarters PP3, 8th Floor, Room M17 355 E Street, SW Washington DC 20024 Delivery is required within 30-days after contract award. Delivery shall be FOB Destination. This requirement will be awarded as a firm-fixed price contract. Offers for the item(s) described above are due by Thursday, March 8, 2012, no later than 3:00 PM ET. Quotes may be submitted via email to: Valerie.Dinkel@fsis.usda.gov, and must include: solicitation number, discount/payment terms, warranty duration (if applicable), taxpayer identifiaction number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors - Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitles "Buy American Act - Supplies," the offeror shall so tate and shall ist the country of origin. The Clause at FAR 52.212-4 (FEB 2012) Contract Terms and Conditions - Commercial Items is applicable. FAR 52.212-5 (FEB 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items and the following identified clauses are incorporated by reference: FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at https://www.acquisition.gov/far. All cotnractual and technical questions must be made in writing via email to the Contracting Officer at Valerie.Dinkel@fsis.usda.gov no later than March 7, 2012. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must pfovide a description in sufficient detail to show that the product offered meets the Government's requirement. If offeror are not registered in the ORCA website at https://orca.bpn.gov, offerors shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2012) with its offor. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). It is anticipated that an award will be made on or about March 22. 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/AG-3A94-S-12-0010/listing.html)
- Record
- SN02687041-W 20120303/120301235243-96562bd518a118d4e8c12c06b29ef0a7 (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 |