SOLICITATION NOTICE
36 -- Flatbed Plotter - Requirements
- Notice Date
- 9/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0273
- Archive Date
- 10/16/2012
- Point of Contact
- Lindsay N. Landes, Phone: 9375224501
- E-Mail Address
-
lindsay.landes@wpafb.af.mil
(lindsay.landes@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Requirements for Flatbed Plotter This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; quotes/proposals are being requested, and a written solicitation will not be issued. The United States Air Force, Wright-Patterson Air Force Base, Ohio, requires a flatbed plotter with a vacuum hold-down kit. The solicitation number for this requirement is FA8601-12-T-0273 and is hereby issued as a Request for Quotes (RFQ) using FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, 13 Sept 2012. This acquisition will be 100% small business set-aside under North American Industry Classification System code 334118: Computer Terminal and Other Computer Peripheral Equipment Manufacturing, and Federal Supply Code 3610: Printing, Duplicating and Bookbinding Equipment. The size standard is 1000 employees. The AFLCMC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Requirements Please see Attachment 1, entitled "Requirements for Flatbed Plotter," dated 10 SEP 2012 Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in SAM at https://www.sam.gov and completing the Online Representations and Certifications. The quotations may be in any format but MUST include: 1) Proposing company's name, address, phone and tax identification number (TIN) 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Shipping (only FOB Destination) 6) Total price (Net 30 days) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Payment Terms: Net 30 days (after delivery and acceptance) 10) Delivery Schedule: Only FOB Destination shipping will be accepted. Additionally, delivery of all items MUST be completed 6 weeks after receipt of the order. 11) Warranty Information (if applicable). 12) Completed FAR 52.212-3, Representations and Certifications. 13) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal. (Please see attached PDF file titled "DFARS 252.209-7998.") 14) Completed DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Please see attached PDF file titled "DFARS 252.209-7999.") Quotations MUST also contain a complete description of item(s) offered to clearly show item(s) meets or exceeds the requirements listed within the "Requirements for Flatbed Plotter," dated 10 September 2012. Please make sure to demonstrate your company's abilities to meet the requirements on a separate page from the quotation. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability and price. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical capability and price] FAR 52.212-3, Representations and Certifications DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions All quotations and responses must be received no later than 12:00 Noon Eastern Time, on 01 OCTOBER 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Lindsay.landes@wpafb.af.mil via a PDF compatible attachment or to: AFLCMC/PKOAA Attn: Lindsay Landes 1940 Allbrook Drive, Room 109 WPAFB, Ohio 45433-5344 Any questions should be directed to Lindsay Landes at Lindsay.landes@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0273/listing.html)
- Record
- SN02896914-W 20120926/120925004400-5f9da6e7526c8a5e9bdbc0f22a375619 (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 |