Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

75 -- Printer Cartridges - Package #1

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424120 — Stationery and Office Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
DR-4080LA-03
 
Point of Contact
Charmaine, Phone: 5047622939
 
E-Mail Address
charmaine.hoffman@dhs.gov
(charmaine.hoffman@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A, Printer Cartridge Specifications Notice 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. The solicitation number is DR4080-LA-03 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2010-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 453210, Office Supplies and Stationery Stores, with a small business size standard of 100 employees and 424120, Stationery and Office Supplies Merchant Wholesalers, with a small business size standard of 100 employees. This acquisition is 100% set aside for small business concerns that reside or primarily conduct business in the state of Louisiana affected by major disaster declaration declared August 29, 2012, Hurricane Isaac, DR-4080. Offerors shall furnish documentation to support its representation that it resides or primarily conducts business in the state of Louisiana. The Contracting Officer shall utilize the factors listed in FAR 52.226-3. Offers shall not be accepted or evaluated from offerors who are not small businesses in accordance with FAR 52.219-6. Offers shall not be accepted or evaluated from offerors who are not Louisiana businesses in accordance with FAR subpart 26.2. Description of Requirement The Government's intent is to issue a single award purchase order to fulfill the requirement for printer cartridges required at FEMA Joint Field Office (JFO), 415 N. 15th Street, Baton Rouge, Louisiana 70802. The Government reserves the right to award multiple purchase orders or award a single Blanket Purchase Agreement (BPA) or award multiple Blanket Purchase Agreements (BPA) from responses received to this solicitation. A description for the required printer cartridges is included in the attached spreadsheet labeled Attachment A, Printer Cartridge Specifications, to this notice. Quote Submission Instructions Responses to this Request for Quote (RFQ) are due no later than 12:00 pm, CDT, on Tuesday, September 11, 2012. Questions regarding this solicitation shall be submitted to the Contract Specialist no later than 9:00 am, CDT, on Tuesday, September 11, 2012. Questions received after this time and date may not be considered. Each Offeror is required to submit an electronic version of your company's quote. Quotes sent or received by U.S. Postal or courier mail to the office or physical address shall not be accepted. The electronic version of your quote shall be submitted to the Contract Specialist, Lisa G. Thibodeaux at lisa.thibodeaux@fema.dhs.gov and Contracting Officer, Charmaine M. Hoffman, Charmaine.hoffman@fema.dhs.gov. Please include your company's DUNS Number, Tax Identification, Small Business Status, Authorized Representative contact information, and office location with your quote submission. Basis for Award Award shall be based on the lowest priced technically acceptable process. Accordingly, award will be made on the basis of the lowest evaluated priced quote that meets or exceeds acceptability standards. The factors to be considered by the Government are specifications, delivery schedule, and price. This process does not permit trade-offs. The Government's intent is to award without discussions. FACTOR 1: SPECIFICATIONS Quoters shall submit the specifications (salient physical, functional, or performance characteristics) for each item quoted. Items are required to be quoted brand name or equal. The Government shall evaluate 'equal' items on the basis of information furnished by the Quoter or identified in the quote.All printer cartridges must be Original Equipment Manufacturer (OEM). New equipment ONLY, NO remanufactured or used products. Refer to Attachment A, Printer Cartridges Specifications. Failure to meet this factor may result in a determination of technical unacceptability. FACTOR 2: DELIVERY SCHEDULE Quoters shall quote delivery terms all items listed in Attachment A, Printer Cartrdige Specifications. Delivery of all items shall be quoted Freight On Board (FOB) Destination which includes all shipping, delivery and freight charges. Deliveries are expected to begin Wednesday, September 12, 2012. All items shall be delivered and received at the FEMA JFO, 415 N. 15th Street, Baton Rouge, Louisiana 70802 no later than Saturday, September 15, 2012. Failure to meet this factor may result in a determination of technical unacceptability. FACTOR 3: PRICE Quoters shall quote a fixed price per item for each printer cartridge listed in Attachment A, Printer Cartridge Specifications. Prices shall be submitted in the spreadsheet format provided by the Government. The lowest total evaluated price is based on the total price for all items listed in Attachment A, Printer Catridge Specifications for Items. Solicitation Provisions and Contract Clauses The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Item applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, shall apply: 52.219.6, 52.222-2, 52.222-3, 52.222-19, 52.222-26, 52.222-36, 52.223-5, 52.223-9, 52.223-10, 52. 223-15, 52.225-1, 52.232-33, 52.239-1. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following FAR clauses shall be applicable to the resulting award: 52.52.217-6; 52.217-7; 52. 223-5; 52.226-3, 52.226-5. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. In the addition, the following Homeland Security Acquisition Regulations (HSAR) shall be applicable to the contract: 3052.204-70, 3052-71, 3052.209-70 52.219-6 Notice of Total Small Business Set-Aside. As prescribed in 19.508(c), insert the following clause: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. 52.226-4 Notice of Disaster or Emergency Area Set-Aside. NOTICE OF DISASTER OR EMERGENCY AREA SET-ASIDE (NOV 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the State of Louisiana. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of clause) 52.233-2 Service of Protest. As prescribed in 33.106, insert the following provision: SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: FEMA Joint Field Office (JFO) Finance/Administration-DR 4080-Contracting Charmaine M. Hoffman, Contracting Officer 415 N. 15th Street Baton Rouge, Louisiana 70802 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SAM Requirement - Company must be registered in www.sam.gov before an award could be made to them. If company is not registered in SAM, they may do so by going to the SAM web site at http://www.sam.gov. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/DR-4080LA-03/listing.html)
 
Place of Performance
Address: FEMA, Joint Field Office (JFO), 415 N. 15th Street, Baton Rouge, Louisiana, 70802, United States
Zip Code: 70802
 
Record
SN02874791-W 20120912/120910235520-078045610253d2d5fb5815ca2cf78301 (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.