The item description is as follows with all work to be completed and delivered to the 4th Equipment Maintenance Squadron:
CLIN 0001: GERBER EDGE FX, GSX, OMEGA PCS PACKAGE P/N PCS-GSX (or equal): The contractor shall supply one printer in accordance with the specifications. (See specifications.)
SPECIFICATIONS:
- 36" (width) x 18" (height) x 17" (depth) and weigh 82 lbs
- Be able to Print up to 92 feet
- Have a print resolution up to 1200 dpi on material axis and up to 300 dpi on head axis
- It shall have a max print width of 11.8"
Unit: EA Qty: 1 Unit Price: Total Price:
30 Days ADC
FOB Destination
4th Equipment Maintenance Squadron
BLDG 2115
SJAFB, NC 27531
"Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs."
The following clauses and provisions apply to this acquisition:
FAR 52.204-7 System for Award Management
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards,
FAR 52.204-13 System for Award Management Maintenance
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.211-6 Brand Name or Equal
FAR 52.212-1 Instructions to Offerors-Commercial Items
FAR 52.212-2 Evaluation-Commercial Items (award evaluation will be based on price)
FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items
FAR 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 2013-O0019) (Jan 2014)
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--Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Affirmative Action 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 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.247-34 F.O.B. - Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil),
FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil) FAR 52.252-6 Authorized Deviations in Clauses
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFAR 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials
DFARS 252.204-7004 Alternate A, System For Award Management
DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004)
DFARS 252.211-7003 Item Identification and Valuation,
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 252.232-7003 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 252.246-7000 Material Inspection and Receiving Report
AFFARS 5352.201-9101 Ombudsman (Lt Col Tonney T. Kaw-uh. 129 Andrews Avenue, Suite 102, Langley AFB, VA 23665. (757)764-5371. [email protected]
Primary Point of Contact is SrA Joshua Setchell at (919) 722-5439.
All quotes shall be received NLT Friday, 22 Aug 2014 at 3:30 P.M. EST. Quotes can be sent by email (preferred) to [email protected]; mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531; Facsimile quotes will also be accepted at (919) 722-5424.
ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT SYSTEM (SAM) DATABASE PRIOR TO AWARD. ALL OFFERORS MUST HAVE A CAGE CODE TO RECEIVE ANY AWARD. Information concerning SAM requirements can be accessed at https://www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.