Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2014 FBO #4635
SOLICITATION NOTICE

74 -- Tabletop Binding Machine - Combined Synopsis/Solicitation

Notice Date
8/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-14-Q-0355
 
Archive Date
9/30/2014
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
12463 Provisions and Clauses (P&C) 12463 Provisions (Required) 12463 CLIN Structure (Required) 12463 Request for Quote (RFQ) * Refer to the attachments for the complete detail General Overview: The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for a tabletop binding machine. The USU is the only Federal health sciences university and we are committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense (DoD) and the United States Public Health Service (PHS) and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) 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 is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-76, effective July 25, 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), effective July 31, 2014. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 333244 Printing Machinery and Equipment Manufacturing with a size standard of 500 employees. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors not registered on SAM.gov with completed Reps & Certs will not be eligible for award. Offerors interested in responding to this requirement must provide a quote for a tabletop binding machine, which at a minimum meet the specifications listed below. A single firm fixed-priced (FFP) purchase order will be awarded. Minimum Specifications: USU intends to purchase a tabletop binding machine to produce University textbooks for the USU students. We prefer the Duplo DB-280 machine but we will accept other comparable products as long as it meets the following minimum specifications: 1.Binding styles: Perfect binding, padding, tape binding, and case binding; 2.Dust extraction function and Standby Mode; 3.Maximum glue warm-up: 25 minutes from Off / 5 minutes from Standby Mode; 4.Minimum binding thickness: 1mm (0.04") up to at least 40mm (1.6"); 5.Minimum book size: 80mm x 50mm (3.15" x 1.97") up to at least 320mm x 400mm (12.6" X 15.75"); 6.The cover size must fit over the entire outer-layer of the minimum and maximum book sizes; 7.Maximum dimensions: 60"W x 30"D x 30"H; 8.Minimum cycle speed: 270 cycles per hour; 9.Minimum product speed: 150 books per hour; 10.Must be able to offer on-site installation and training; 11.Must include a minimum of one-year manufacturer warranty. Due to our urgent need for this machine, the unit must be delivered, installed, and trained within two weeks of the award issuance--certainly before August 29, 2014. Interested offerors may present the cost of optional add-ons and products, e.g. extended warranty, glue, adhesive tape, etc. Quote must clearly state what lines are the options. Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs): CLINDescriptionQuantityUnit of Issue 0001Tabletop Binding Machine1Each 0002On-site installation1Each 0003On-site training1Each 0004Shipping1Each In order to be considered for award, offerors must provide a quote for the CLINs listed in the CLIN Structure attachment. A fully completed CLIN Structure spreadsheet, including unit price, total price, and country of manufacture must be incorporated in the quote package for consideration. Evaluation / Award Detail: The Government intends to award a single firm-fixed-priced (FFP) purchase order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. Evaluation factors for the electrometer are as follows (in order of importance): 1.Technical. Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate that the quoted item meets the specifications outlined above. Information on warranty, training, installation, and delivery lead-time must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references as part of the technical evaluation. 2.Price. Offerors must include all applicable costs (e.g. components, installation, and shipping) in their quote. The total quoted price for all components will be the evaluated price. 3.Corporate Experience. Offerors are required to provide a narrative of their corporate experience in installing and training in regards to binding machines. Vendors must indicate whether they accept credit card payments and whether this would incur additional fees. USU cannot make a payment via third-party-payment merchants, e.g. PayPal. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must indicate in quote where item is manufactured. Offerors may provide multiple quotes for different models that meet the required specs. Items will be shipped to Bethesda, MD. See attached list for applicable provisions and clauses for this requirement. The Government reserves the right to award without discussions. Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00P EST on August 5, 2014. Any question received after 2:00P EST on August 5, 2014 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around August 6, 2014. Quote packages are due by 10:00P EST on August 8, 2014. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-Contact, including name, email address, and phone number; c.DUNS Number; d.If applicable, a statement that includes acknowledgement of latest amendment number; and e.Tax Identification Number (TIN). TIN may be used by the Government to collect and report on any delinquent amounts arising out of the contractor's relationship with the Government (31 U.S.C 7701(c)(3) - FAR 13.106-3(e)). Attachments (3)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9e4426cafcab21272e374789ef49fb3)
 
Place of Performance
Address: Uniformed Services University (USU), 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03447436-W 20140803/140801235520-c9e4426cafcab21272e374789ef49fb3 (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.