SOLICITATION NOTICE
36 -- 54 INCH LARGE FORMAT LATEX PRINTER FOR THE TNARNG
- Notice Date
- 8/12/2024 12:22:19 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
- ZIP Code
- 37204-1502
- Solicitation Number
- W912L7-24-Q-1602
- Response Due
- 8/20/2024 8:00:00 AM
- Archive Date
- 09/04/2024
- Point of Contact
- Justin McQueen, Phone: 6153132672, Randal Halbrooks, Phone: 6153132628
- E-Mail Address
-
justin.t.mcqueen.mil@army.mil, randal.d.halbrooks.mil@army.mil
(justin.t.mcqueen.mil@army.mil, randal.d.halbrooks.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Tennessee Army National Guard (TNARNG) Purchasing and Contracting office for United States Property and Fiscal Office (USPFO) TN located at 3041 Sidco Drive, Nashville TN 37204 is issuing a Request for Quote (RFQ) for a commercial, single award contract. �This is a combined synopsis/solicitation for�commercial products�or�commercial services�prepared in accordance with the format in�FAR subpart� 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this requirement is 334118 Computer Terminal and Other Computer Peripheral Equipment Manufacturing with a small business size standard of 1,000 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 with an effective date 05/22/2024. This solicitation is set-aside in totality to Small Business entities IAW FAR 19.502. The Government intends to award a Firm Fixed Price contract. Requirement Summary The Tennessee Army National Guard�s Combine Support Maintenance Shop, located in Smyrna, TN, requires the procurement and delivery of a quantity of one (1) each 54 Inch Large Format Latex Printer capable of producing exterior signage, banners, displays, etc. in support of Tennessee Army National Guard activities. Please see the salient characteristics outlined in attachment 1. Requirement: Supply Free On Board (FOB): Destination After Receipt of Order (ARO): 30 Calendar Days or less from Date of Award Preferred Shipping Information Tennessee Army National Guard�� Combined Support Maintenance Shop ATTN: SSG Nicholas Morocco 321 Weakley Lane, BLDG 200 Smyrna, TN 37128�� The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52-212-3, Online Reps and Certifications, FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items. 52.212-2�Evaluation�Commercial Products and Commercial Services (a) 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: (i) Technical � To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) offers must meet or exceed the salient characteristics specified in this solicitation. (2) Vendor must clearly identify the item by:� Brand Name, if any; and Part number or model number; country or place of manufacture; include descriptive literature or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer. Include also pictures for reference. (3) Must be active in SAM; (4) delivery schedule; (5) warranty information (reference 52.246-17 included below). (ii) Price- All charges must be inclusive including shipping if any. (iii) Past Performance. Within 3 years Past performances. The Government will use FAPIIS/CPARS for Past Performance evaluation(s). Past Performance will be evaluated in accordance with the Federal Acquisition Regulation (FAR) subpart 15.305(2). Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. (Not Applicable) The Government will evaluate�offers�for award purposes by adding the total price for all�options�to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of�options�shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.� � (End of provision) CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management�OCT 2018 52.204-13�System for Award Management Maintenance�OCT 2018 52.204-16�Commercial and Government Entity Code Reporting�AUG 2020 52.204-18�Commercial and Government Entity Code Maintenance�AUG 2020 52.204-19�Incorporation by Reference of Representations and�Certifications DEC 2014 52.204-23�Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. JUL 2018 52.204-25�Prohibition on Contracting for Certain Telecommunications�and Video Surveillance Services or Equipment.�NOV 2021 52.204-26�Covered Telecommunications Equipment or Services�Representation OCT 2020 52.204-27�Prohibition on a ByteDance Covered Application�JUN 2023 52.209-10�Prohibition on Contracting With Inverted Domestic Corporations�NOV 2015 52.212-3�Offeror Representations and Certifications-Commercial Products and Commercial Services�MAY 2022 52.232-39�Unenforceability of Unauthorized Obligations�JUN 2013 52.232-40�Providing Accelerated Payments to Small Business�Subcontractors�DEC 2013 52.233-4� Applicable Law for Breach of Contract Claim�OCT 2004 252.203-7000�Requirements Relating to Compensation of Former DoD�Officials�SEP 2011 252.203-7002�Requirement to Inform Employees of Whistleblower Rights�SEP 2013 252.203-7005�Representation Relating to Compensation of Former DoD Officials�NOV 2011� 252.204-7003�Control Of Government Personnel Work Product�APR 1992� 252.204-7008�Compliance With Safeguarding Covered Defense Information Controls�OCT 2016� 252.204-7012�Safeguarding Covered Defense Information and Cyber Incident Reporting�DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016� 252.204-7016�Covered Defense Telecommunications Equipment or Services�-- Representation�DEC 2019 252.204-7017�Prohibition on the Acquisition of Covered Defense�Telecommunications Equipment or Services -- Representation�MAY 2021 252.204-7018�Prohibition on the Acquisition of Covered Defense�Telecommunications Equipment or Services�JAN 2021 252.204-7019�Notice of NIST SP 800-171 DoD Assessment Requirements�MAR 2022 252.204-7024�Notice on the Use of the Supplier Performance Risk System� MAR 2023 252.211-7003�Item Unique Identification and Valuation�MAR 2022� 252.225-7001 Buy American and Balance of Payments Program� JUN 2022 252.225-7048�Export-Controlled Items�JUN 2013 252.225-7059�Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation JUN 2023 252.225-7060�Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023 252.232-7003�Electronic Submission of Payment Requests and Receiving Reports�DEC 2018 252.232-7010�Levies on Contract Payments�DEC 2006 252.244-7000 Subcontracts for Commercial Items JAN 2021 *Additional clauses and provisions that apply to this solicitation and required to be provided in full text are annotated in the attached Combined Synopsis Solicitation document.* Instructions The provision at FAR�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this acquisition and is included in full text within this combined synopsis/solicitation. Offers are due into this office no later than 20 August 2024 at 10:00 AM Central Standard Time. Questions are due into this office no later than 16 August 2024 at 10:00 AM Central Standard Time. Submit offers and questions via email to the point of contact referencing this solicitation, Justin McQueen at justin.t.mcqueen.mil@army.mil. POTENTIAL OFFERORS MUST INCLUDE THE SOLICITATION ID, W912L724Q1602, IN THE SUBJECT LINE OF ALL ELECTRONIC COMMUNICATIONS. Vendor must submit offer on time via email to justin.t.mcqueen.mil@army.mil. Please refer to Evaluation factors for more information regarding evaluation of offers. When submitting a quote, vendor must include with their quote the following information: A completed copy, or a screen shot of completed Reps and Certs from SAM.gov, of the provision at 52.212-3, Offeror Representations and Certifications -Commercial Products and Commercial Services must be included. Unique Entity Identifier Tax Identification Number CAGE Code Number Delivery Schedule must be included Descriptive literature, (or clear reference to furnished descriptive data), containing the following: item brand name/s, item part and/or model numbers, country/place of manufacture, item photos for reference, warranty information (reference 52.246-17 included below) and any other pertinent information POC Information � Quotes must be itemized to coincide with the table provided below. LINE ITEM� � � � � QUANTITY� � � � � UNIT� � � � � DESCRIPTION 0001� � � � � � � � � � �1.00� � � � � � � � � � EACH� � � � � Large Format Latex Printer 0002� � � � � � � � � � �1.00� � � � � � � � � � EACH� � � � � Delivery Salient Characteristics The following characteristics and specifications must be met: PRINTING Print Resolution: up to 1200x1200 dpi Ink cartridges: Accepts black, cyan, light cyan, light magenta, magenta, yellow, latex optimizer Printheads: 6 supporting black, cyan, light cyan, light magenta, magenta, yellow colors and latex material MEDIA Handling: Roll feed, must have take-up reel and automatic vinyl cutter Media Types: Banners, self-adhesive vinyls, films, canvas Roll size: Must have at least 10 to 54 inches of adjustability APPLICATIONS Must be able to produce at a minimum: exterior signage, traffic signage, banners, displays SAFETY CERTIFICATIONS IEC 60950-1+A1+A2 compliant; USA and Canada (CSA listed) SUPPLIES Initial set of ink and shall be required for printer set up including a latex bundle of colors black, cyan, light cyan, light magenta, magenta, yellow, latex optimizer Roll of sample material must be included for printer installation TRAINING Must offer equipment training/virtual training for employees WARRANTY Must have at least one-year warranty option Evaluation Factors The provision at FAR�52.212-2 Evaluation-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/11ddf53f93364787838ed1f9a9c97711/view)
- Place of Performance
- Address: Murfreesboro, TN 37128, USA
- Zip Code: 37128
- Country: USA
- Zip Code: 37128
- Record
- SN07166506-F 20240814/240812230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |