Toner Replacement and Service
Iowa Army National Guard Toner Replacement and Service Des Moines, Iowa Area This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as su... Iowa Army National Guard Toner Replacement and Service Des Moines, Iowa Area 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP-19-Q-4514, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective 12 June 2019. This procurement is being issued unrestricted. The NAICS code is 325910 and the small business size standard is 500 employees. The government intends to award to the vendor whose quote, conforming to the requirements of this solicitation, represents the lowest priced items meeting the minimum specifications identified in the Statement of Work (SOW). The government intends to make a single award in response to this solicitation. The following commercial items are requested in this solicitation: Contract line item numbers (CLINs) and quantities for each of the three years are specified in Attachment #3. Base year: 26 Sep 2019 - 25 Sep 2020 Option Year #1: 26 Sep 2020 - 25 Sep 2021 Option Year #2: 26 Sep 2021 - 25 Sep 2022 The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors - Commercial Items FAR 52.217-5, Evaluation of Options The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.219-4 (DEV) Notice of Price Evaluation Preference for HUBZone Small Business Concerns OCT 2014 (Deviation 2019-0003) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7036 (Alt I), Buy American Free Trade Agreements, Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.225-7035, Alternate II, Buy American Act - Balance of Payments Program The following clauses are incorporated by full text. The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-19, Availability of Funds for the Next Fiscal Year DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Submission Requirements: The contractor shall provide a proposal on company letterhead, and must include the following information with their quote: 1) Company Name, address and telephone number; 2) Point of Contact (POC) name, telephone number and email address; 3) pricing for the CLINs identified in Attachment #3, 4) completed contractor information table in Attachment #4 Questions regarding this solicitation may be submitted to Ms. Kelsey Letcher, Contract Specialist to the email addresses provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 5 Aug 2019. Questions and Answers (Q&A) will be consolidated and posted to FedBizOpps on a non-attribution basis. The final Q&A will be posted no later than 3:00 p.m. on 8 Aug 2019. Proposals are due by 11:00 a.m. local (central) time on 30 Aug 2019. Electronic proposals are preferred, and may be submitted via email to Ms. Kelsey Letcher, kelsey.l.letcher.civ@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Kelsey Letcher, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. Facsimile proposals will not be accepted. Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time. Attachments: #1 - Statement of Work (SOW) #2 - Full Text Provisions and Clauses #3 - Pricing Schedule #4 - Contractor Information
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »