Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C25020Q0189
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. This anno...
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-36C250-20-Q-0189 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-95/ 01-19-2017. The North American Industry Classification System (NAICS) number is 541519 and the business size standard is 150 employees. STATEMENT OF NEED 2 Printer Plotters C.0. SCOPE: The Marion VAMC and Fort Wayne VAMC has a requirement for 2 (total) printer/ plotter/ scanners. Below are the required specifications: 100% Windows 10 compatible Able to scan up to 36 inches wide and 19 feet long Able to print up to 36 inches wide and 210 feet long Touch screen control panel Full color print and scan CAD compatible Scan/Print resolution minimum 600 x 600 DPI Minimum 225 A1 CAD prints per hour Minimum 300 GB internal hard drive storage to allow proper uploading of scanned documents Internal hard drive space shall be upgradeable Auto width detection for media cutting Preference shall be given to units that have a solid ink toner Plotters shall be able to scan engineering plans and upload the resulting files, including PDF, PDF/A, TIF, AND JPEG formats, directly to the VA share drive without the use of any special software. Price to include system delivery, installation/implementation/training, and all necessary licenses Administrator logon Trade in value assigned to existing Oce 300 plotters shall be considered in the evaluation of the total price. Existing hard drives of the traded-in units shall not leave the VA NIHCS facility property and shall remain the property of the VA. Contractor to include maintenance/repair coverage for one year, renewable annually at additional cost Internal hard drives which shall not be removed from the premises. Quantity: 2 total a. Provide utility vehicles within 30 days of award. The proposed contract listed here is Set-aside 100% for Service Disabled Veteran Owned Small Business. FOB destination. Deliver to 1700 East 38th Street, Marion, IN 46953 and 2121 Lake Avenue Fort Wayne, IN 46805. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.203-98, 52.204-22 52.211-6, Brand Name or Equal (AUG 1999) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price technically acceptable offer. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52,203-99, 52.232-40, 852.203-70, 852.232-72 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-50, 52.223-18, 52.225-1; 52.225-13, 52.232-34 RESPONSES ARE DUE Friday, December 13, 2019, by 10:00 a.m. eastern standard time (est). Electronic offers will be accepted Erik Fallo, e-mail Erik.Fallo@va.gov. Point of contact for this solicitation is Erik Fallo, 317-988-1531 or e-mail Erik.Fallo@va.gov. All Inquires must be in writing.