SOLICITATION NOTICE
74 -- Microfilm Duplicator
- Notice Date
- 2/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Giessener Strasse 30, Frankfurt,
- ZIP Code
- 00000
- Solicitation Number
- SGE500-16-Q-0011
- Response Due
- 3/8/2016
- Archive Date
- 9/4/2016
- Point of Contact
- Name: Joanna Catsamaki, Title: Procurement Agent, Phone: +496975353318, Fax:
- E-Mail Address
-
catsamakij@state.gov;
- 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 SGE500-16-Q-0011 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 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 333316 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 2016-03-08 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The Department of State requires the following items, Meet or Exceed, to the following: LI 001: Microfilm Duplicator General Specifications 1.Film Size : ?Master- 3S mm x 100 ft. rolls. ?Direct Duplicating and Positive Print 3S mm x 1000 ft. rolls. ?2.S mil to 6 mil thickness. 2.Film Type: ?Master - Silver Halide film ?Duplicate - Silver Halide film 3.Duplicating Speed: ?Preferably with variable speed adjustments from minimum SO ft/min to 300 ft./min. 4.Environment: ?Safe light or Day light operation. S.Exposure: ?Contact Exposure with variable light intensity to achieve best density range in duplicate copies. 6.Electrical: ?AC input 210 to 2SO volts, SO Hz., 1, EA; LI 002: Delivery F.O.B Destination to New Delhi., 1, 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, Department of State 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. Department of State 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor agrees that the microfilm duplicator furnished under this contract shall be covered by the most favorable manufacturer?s commercial warranty the Contractor gives to any customer for such equipment and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. The Contractor shall provide a copy in English of the applicable manufacturer?s commercial warranty, with the microfilm duplicator equipment, covered by such a warranty, at no additional cost to the Government. a)Warranty terms:__________ months against any manufacturing defects The microfilm duplicator shall be delivered to the address stated under "Place of Delivery" within sixty (60) calendar days after award of the contract The microfilm duplicator shall be delivered on F.O.B Destination basis to New Delhi in accordance with FAR 52.247-37, F.O.B Destination (Nov 1991)to the following address: American Embassy Attn.: Library of Congress Shantipath Chanakayapuri New Delhi 110021New Delhi 110001 The Microfilm Duplicator and associated documents shall be marked for and consigned to: American Embassy Shantipath Chanakayapuri New Delhi 110021 Attention: Library of Congress (LOC) Order No..................... (to be inserted by Contractor) The U.S. Government will assist the Contractor in obtaining customs clearance and tax exemption documentation as stated under "Submission of Shipping Documents". The inspection and acceptance of the microfilm duplicator shall be performed by the U.S. Government upon their arrival at the address stated under "Place of Delivery. The payment(s) to the Contractor shall be made following satisfactory inspection and acceptance of the equipment, and upon presentation of the certificates of origin to the American Embassy in New Delhi. The original documents for the Microfilm Duplicator including certificate(s) of origin, bill(s) of lading, copies of commercial invoices, copy of the purchase order and packing list shall be submitted before or as soon as the subject shipment departs origin to the following office so that the Shipping Supervisor can initiate and receive a tax exemption authorization: American Embassy Attn: GSO / C&S Shantipath Chanakyapuri New Delhi 110021 Contact Information of Shipping Supervisor to clear shipment: Mr. Milton D?Souza, e-mail: DSouzaM@state.gov, tel.: +91 11 2419 8138. Invoices shall be submitted in an original and two copies to the following office for payment: American Consulate General Frankfurt Attn.: RPSO Giessener Strasse 30 60436 Frankfurt Germany To constitute a proper invoice, the invoice must include all items per FAR 52.232-25, ?Prompt Payment?. This Buy requires registration with the System of Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be foundat www.sam.gov. Registration must be "ACTIVE" at the time of award. This contract shall be construed and interpreted in accordance with the substantive laws of the United States of America. By the execution of this contract, the Contractor expressly agrees to waive any rights to invoke the jurisdiction of local national courts where this purchase orde is performed and agrees to accept the exclusive jurisdiction of the United States Civilian Board of Contract Appeals and the United States Court of Federal Claims for hearing and determination of any and all disputes that may arise under the Disputes clause of this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bd893efd541aaad950519c19ae0efd5f)
- Place of Performance
- Address: See Place of Performance.
- Zip Code: -
- Zip Code: -
- Record
- SN04029024-W 20160225/160224000204-bd893efd541aaad950519c19ae0efd5f (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 |