Large Format Inkjet Printer

expired opportunity(Expired)
From: Federal Government(Federal)
W50S9623Q0014

Basic Details

started - 06 Sep, 2023 (7 months ago)

Start Date

06 Sep, 2023 (7 months ago)
due - 12 Sep, 2023 (7 months ago)

Due Date

12 Sep, 2023 (7 months ago)
Bid Notification

Type

Bid Notification
W50S9623Q0014

Identifier

W50S9623Q0014
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710015)DEPT OF THE ARMY (133262)NGB (17531)W7N0 USPFO ACTIVITY SDANG 114 (61)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 334118 applies to this solicitation; business size standard is 1000 Employees.The South Dakota Air National Guard has a requirement for a large-format inkjet printer. The South Dakota Air National Guard intends to issue a firm-fixed price order for the following:CLIN 0001 Large-Format Inkjet Printer QTY: 1 EAMinimum 1,000 dpi printing resolution, blade force of 500 gf,
software resolution between .90 - 1.0 mil step, acoustic noise level below 70 db, 120V power, minimum dimensions = 96” wide x 24” deep x 48” high, maximum dimensions = 110” wide x 36” deep x 60” high, maximum width of media = 54”, must include stand with wheels, power cable, media clamps, media holders, separating knife, and manual. CLIN 0002 Ink QTY: 3 EA 8-color ink configuration: (cyan, magenta, yellow, black, light cyan, light magenta, light black, orange) OR (cyan, magenta, yellow, black, light cyan, light magenta, orange, green). 500 mL ink pouch compatible with printer.CLIN 0003 White Gloss Calendered Vinyl QTY: 2 EA White gloss calendered vinyl with permanent adhesive 15” - 30” wide x 150’ long compatible with printer. Core diameter = 2” OR 3”, minimum width range = 15” - 60”, maximum printing thickness with a liner must be 37 mil or greater, maximum cutting thickness must be 15 mil with a liner or 8 mil without a liner, roll outer diameter shall fit 8” roll at minimum.CLIN 0004 White Gloss Cast Vinyl QTY: 1 EA White gloss cast 2 mil think vinyl with permanent pressure sensitive adhesive. 50” - 54” wide x 150’ long compatible with printer. Core diameter = 2” OR 3”, minimum width range = 15” - 60”, maximum printing thickness with a liner must be 37 mil or greater, maximum cutting thickness must be 15 mil with a liner or 8 mil without a liner, roll outer diameter shall fit 8” roll at minimum..CLIN 0005 White Reflective Vinyl QTY: 1 EA White reflective vinyl with permanent adhesive 18” - 30” x 150’ long compatible with printer. Core diameter = 2” OR 3”, minimum width range = 15” - 60”, maximum printing thickness with a liner must be 37 mil or greater, maximum cutting thickness must be 15 mil with a liner or 8 mil without a liner, roll outer diameter shall fit 8” roll at minimum.CLIN 0006 Training & Installation QTY: 1 EA Installation of printer and additional training and all required software.Preparing and Submitting your Quote: Offerors shall provide pricing for the above items inclusive of delivery to 1201 West Algonquin St, Sioux Falls, SD 57104-0264. Pricing should be provided using the attached Quote Sheet. Requested delivery within 30 days after date of contract. If you cannot meet this request, please provide your best delivery date.To facilitate the most expeditious and equitable evaluation process possible, please use the attached Quote Sheet for providing requested company, product and pricing information. Your firm’s standard quote documents can also be submitted but please ensure ALL the information requested in the attached Quote Sheet is included. Please make quotes valid for a minimum of 60 days.All questions and quotes must be directed to Greg Johnson at gregory.johnson.99@us.af.mil and Jeremiah Minter at jeremiah.minter@us.af.mil no later than two business days prior to quote due date. All questions and answers must be in writing. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing.Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery and past performance factors considered. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price.The selected Offeror must comply with the following Federal Acquisition Regulation Provisions and Clauses, which are incorporated herein by reference: FAR 52.203-18, Prohibition on Contracting Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; FAR 52.203-19, Prohibition on Contracting Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-17, Ownership or Control of Offeror; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; FAR 52.204-27, Prohibition on a Byte Dance Covered Application; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212‐1, Instructions to Offerors—Commercial Items; FAR 52.212‐2, Evaluation—Commercial Items; FAR 52.212‐3 Alternate I, Offeror Representations and Certifications—Commercial Items; FAR 52.212‐4, Contract Terms and Conditions—Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.219‐6, Notice of Total Small Business Set–Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity 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 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications; FAR 52.232-33, Payment by Electronic Funds Transfer—System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.246-20, Warranty of Services; FAR 52.247-34, F.O.B Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7016, Covered Defense Telecommunications Equipment of Services-Representation; DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation; DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.211-7003, Unique Item Identification & Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime; DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation; DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region; DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232‐7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications, FAR 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247‐7023, Transportation of Supplies by Sea. Provisions and Clauses for this synopsis/solicitation can be found in full text at http://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.

KO FOR SDANG DO NOT DELETE 1201 W ALGONQUIN ST  SIOUX FALLS , SD 57104-0264  USALocation

Place Of Performance : KO FOR SDANG DO NOT DELETE 1201 W ALGONQUIN ST SIOUX FALLS , SD 57104-0264 USA

Country : United StatesState : South Dakota

You may also like

MULTI FUNCTION PRINTERS MAINTENANCE SERVICE CONTRACT, INCLUDING PARTS.

Due: 31 Aug, 2024 (in 4 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Printers and Peripherals - Ricoh

Due: 31 Jul, 2024 (in 3 months)Agency: STATE OF NC - STATEWIDE IT PROCUREMENT OFFICE

ZEBRA PRINTER LICENSE

Due: 30 Jun, 2024 (in 2 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334118Computer Terminal and Other Computer Peripheral Equipment Manufacturing
pscCode 6730Photographic Projection Equipment