Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

70 -- MULTI-FUNCTIONAL PRINTERS

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1968 Gilbert Street, Suite 600, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6343912RC1P509
 
Response Due
9/20/2012
 
Archive Date
3/19/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N6343912RC1P509 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-20 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be YORKTOWN, VA 23691 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001, HP 3-YEAR Next-Business-Day onsite LaserJet 9040, 9050 HW Support. Item: H7694E, 2, EA; LI 002, HP LaserJet black print cartridge (38K pages). Item: C8543X, 2, EA; LI 003, HP LaserJet 2000-sheet optional input tray. Item: C8531A#ABA, 2, EA; LI 004, Product: HP LaserJet 9050n printer. Cable included - No, please purchase USB cable separately (see accessories below). Energy Star Compliant - Yes. Print speed, black (normal) - Up to 50 ppm. Duty cycle - Up to 300,000 per month. Paper trays (std/max) - 3/4. Input capacity (std/max) - Up to 1100/Up to 3100. Media sizes - Letter,legal, tabloid, executive, JPostD, envelopes (No. 10, C5, DL, Monarch, B4), Memory (std/max) - 128 MB/512MB, Connectivity, standard - Bidirectional IEEE 1284-B compliant parallel port, 2 open EIO slots, HP Jetdirect Fast Ethernet embedded print server, Print quality - black: 600 X 600 dpi [with HP FastRes 1200 & Resolution Enhancement technology (REt)], Paper-handling accessories - Two 500-sheet input trays, 100-sheet multipurpose tray, 600-sheet output bin (500 sheets face down, 100 sheets face up), Warranty: One-year Next Business Day, on-site warranty. Item: Q3722A#ABA, 2, EA; LI 005, Newl - HP LaserJet Enterprise 600 M603n In the box: Printer, right-angled power cord; software and documentation on CD-ROM, HP Black LaserJet Toner cartridge (~10,000 pages), automatic duplexer for two-sided printing, Getting Started Guide, Support flyer, HP e-Print flyer, Warranty Guide (where applicable). Cable included - No, please purchase USB cable separately (see accessories below). ePrint - Yes. Energy Star Compliant - No. Print speed, black (normal), Up to 1200 X 1200 dpi, Two-sided printing - Automatic (optional), Duty cycle - Up to 275,000 pages per month, Paper trays (std/max) - 2 /up to 6. Input capacity (std/max) - up to 600 sheets/Up to 3600 sheets. Output capacity (std/max) - Up to 600 sheets (500 in the face down bin, 100 in rear face up door)/Up to 1100 sheets (Rear face-up door: up to 100 sheets; Top output bin: up to 500 sheets; optional 5-bin mailbox, optional stacker, optional stapler/stacker: up to 500 sheets), Media sizes - Multipurpose tray 1: letter, legal, executive, statement, 8.5" X 13", 3"X5", 4"X6", 5"X7", 5"X8", envelope (commercial No. 9, No. 10, Monarch), U.S. postcard. Memory (std/max) - 512 GB/1GB, Memory Slots: 1-slot, 144-pin, DDR2 DIMM. Connectivity, standard - 1 Hi-Speed USB 2.0, 1 Gigabit Ethernet, 2 External Host USB (1 walk-up and 1 external accessible), 2 internal host USB 2.0-like ports (for 3rd party connection), 1 Hi-Speed USB 2.0 HIP (for 3rd party connection). Standard paper handling accesories - Input: 100-sheet multipurpose tray 1, 500-sheet input tray 2 Output: 500-sheet output bin, 100-sheet rear output bin. Optional paper input accessories - Optional: 500-sheet input tray, optional Custom media cassette (for tray 2 position only), optional 1500-sheet High-capacity input tray (add up to 4 additional trays for up to 3600-sheet input capacity), optional 75-sheet envelope feeder. Optional paper output accessories - Optional: 500-sheet stapler-stacker, Optional: 500-sheet 5-bin mailbox. Operating systems - MicroSoft Windows 7, Windows Vista, Windows XP (SP2+), Windows Server 2003 (SP1+), Windows Server 2008 (all 32-bit and 64-bit), Windows Server 2008 R2 (64-bit), MAC OS X v10.5, 10.6. Warranty: One-year, next business day, on-site limited warranty. Item: CE994A#BGJ, 6, EA; LI 006, HP 3-year Nbd + DMR LaserJet M603 HW Support. Item: HY749E, 6, EA; LI 007, HP LaserJet 1500-sheet Input Tray, 6, EA; LI 008, HP 90X Black Dual Pack LaserJet Toner Cartridges. Item: CE390XD, 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334119 and the Small Business Standard is 1,000E. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. System for Award Management Registration (August 2012) (Deviation) The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) Brand Name or Equal Prohibition of Hexavalent Chromium (May 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6343912RC1P509/listing.html)
 
Place of Performance
Address: YORKTOWN, VA 23691
Zip Code: 23691
 
Record
SN02882517-W 20120915/120914002445-b0b2d7f04b77623c3547ce99805a4703 (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.