Gerber Edge FX Thermal Printer

expired opportunity(Expired)
From: Federal Government(Federal)
FA46649066A02

Basic Details

started - 08 Mar, 2019 (about 5 years ago)

Start Date

08 Mar, 2019 (about 5 years ago)
due - 22 Mar, 2019 (about 5 years ago)

Due Date

22 Mar, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA46649066A02

Identifier

FA46649066A02
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE AIR FORCE (60635)AFRC (873)FA4664 452 MSG PK (80)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

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 item prepared in accordance with FAR 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. Solicitation Number FA46649066A02 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective  20 December 2018 and the Defense Federal Acquisition Regulations (DFARS) change notice 20190215. This requirement is being issued on a 100% small business set-aside acquisition. The applicable North American Industrial Classification System (NAICS) Code is 323113 with a small business size standard of 500 Size Standard. The contractor shall furnish all labor, materials, equipment, transportation necessary to purchase Gerber Edge FX Thermal Printer and plotter or equal that are
necessary to the operation of the March Air Reserve Base Bldg. 2312 that meet the specifications which is attached to this notice, and shall become a part of the resulting contract. This requirement is a Firm Fixed-Price (FFP) Contract. The period of performance will be for a period of 24 weeks from the contract award date and will be awarded to the responsible offeror whose quote conforms to the solicitation and considered to be the most advantageous to the Government pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, utilizing the Lowest-Price-Technically-Acceptable (LPTA). To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Non-compliance with the specific instructions will preclude your submitted quote for consideration. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the quotes: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be established by review of each submitted quote by the designated technical evaluator(s) and verification that all items show clear, compelling and convincing evidence that all items meet the salient characteristics and are determined as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable offered price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated. Offers must include offered price to meet the full requirement of the Statement of Work (SOW). The following solicitation provisions and clauses apply: FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.212-1, Instructions to Offerors, Commercial Items applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I at www.sam.gov. The FAR clause, 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 (Deviation) applies to this acquisition, 52.232.40, Providing Accelerated Payments to Small business Subcontractor; FAR 52.252-2, Clause Incorporated by Reference; 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 252.204-7006, Billings Instructions; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DOD Contracts and AFFARS 5352.201-9101, Ombudsman. ADDITIONAL INFORMATION: To be considered for this award, Offerors MUST be registered in the System for Award Management (SAM) at www.sam.gov and Wide-Area Work Flow (WAWF) at http://wawf.eb.mil prior to award. Lack of registration will make an offeror INELIGIBLE for award.  This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs.  Clauses and provisions incorporated may be accessed via the Internet at http://farsite.hill.af.mil. It is the responsibility of each potential offeror to periodically check FedBizOpps (www.fbo.gov) to obtain any related amendments to this solicitation. It is also the offerors' responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.  Due to the nature of the requirement, the Government reserves the right to do business directly with the contractor who will be providing the services. NO THIRD-PARTY vendor and/or subcontractor will be allowed and considered.DEADLINE for submission of all quotes shall be no later than 3:00 PM PST on 22 March 2019. Submit written quotes; oral quotes and faxes will not be accepted. Quotes may be submitted via e-mail to carlo.aban@us.af.mil, and norman.macrunnel@us.af.mil (subject: FA46649066A02) to be received on or before the stated deadline. Quotes must meet all instructions put forth in this solicitation.

175 AIRLIFT WAY BLDG 2312 MARCH ARB, California 92518 United StatesLocation

Place Of Performance : 175 AIRLIFT WAY BLDG 2312

Country : United States

You may also like

Brother Mobile Printers and Accessories

Due: 15 May, 2024 (in 10 days)Agency: Oklahoma City

PRINTERS, VALE OR

Due: 31 Mar, 2029 (in about 4 years)Agency: BUREAU OF LAND MANAGEMENT

FY24 DRS6-KS Printers , Presses, ink

Due: 30 Jun, 2024 (in 1 month)Agency: DHS - Human Services

Please Sign In to see more like these.

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

Classification

323 -- Printing and Related Support Activities/323113 -- Commercial Screen Printing
naicsCode 323113Commercial Screen Printing
pscCode 49MAINT/REPAIR SHOP EQPT