Federal Bid

Last Updated on 05 Jan 2021 at 12 AM
Combined Synopsis/Solicitation
J b p h h Hawaii

74--UV Flatbed Printer

Solicitation ID N0060421Q4011
Posted Date 05 Jan 2021 at 12 AM
Archive Date 05 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsup Flt Log Ctr Pearl Harbor
Agency Department Of Defense
Location J b p h h Hawaii United states 96860
AMENDMENT NOTICE: 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. The solicitation number is N0060421Q4011 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes.

The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:

2021-01-06 16:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be in the Special Shipping Instructions.

The FLC - Pearl Harbor requires the following items, Meet or Exceed, to the following:
LI 001: UV Flatbed Printer. Outer Dimensions: Max 48’’ width, Max 30’’ depth. Object to print on Dimensions: Minimum 12x18’’, up to 3.5’’ thickness. Minimum resolution 600 dpi., 1, EA;
LI 002: Ink Cartridges. 1 set of all required colors for immediate use., 1, EA;
LI 003: Shipping to Hawaii. Preferred 30 day delivery to 96860-3131., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or [email protected] of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.

Offer period: Bid MUST be good for 30 calendar days after close of Buy.

FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar

DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

52.204-7: System for Award Management OCT 2018

52.204-13: SAM Maintenance OCT 2018

52.204-16: Commercial and Government Entity Code Reporting AUG 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020

52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment AUG 2020

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015

52.212-1: Instructions to Offerors -- Commercial Items JUN 2020 CD 2018-O0018

52.212-3 Offeror Representations and Certifications—Commercial Items NOV 2020

52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items OCT 2014

52.212-4: Contract Terms and Conditions--Commercial Items OCT 2018

52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items NOV 2020 CD 2018-O0021

52.219-6: Notice of Total Small Business Set-Aside NOV 2020 CD 2020-O0008

52.219-28: Post Award Small Business Program Rerepresentation NOV 2020

52.222-3: Convict Labor JUNE 2003

52.222-19: Child Labor--Cooperation with Authorities and Remedies JAN 2020 CD 2020-O0019

52.222-21: Prohibition of Segregated Facilities APR 2015

52.222-26: Equal Opportunity SEP 2016

52.222-36: Equal Opportunity for Workers With Disabilities JUN 2020

52.222-50: Combating Trafficking in Persons OCT 2020

52.223-13: Acquisition of EPEAT® Registered Imaging Equipment JUN 2014

52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving JUN 2020

52.225-13: Restriction on Certain Foreign Purchases JUN 2008

52.232-33: Payment by Electronic Funds Transfer - SAM OCT 2018

52.232-40: Providing Accelerated Payments to Small Business Subcontractors DEC 2013

Protests after Award AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

52.252-5 Authorized Deviations in Provisions NOV 2020

52.252-6 Authorized Deviations in Clauses NOV 2020

252.203-7000: Requirements Relating to Compensation of Former DOD Officials SEP 2011

252.203-7005: Representation Relating to Compensation of Former DoD Officials NOV 2011

252.204-7015: Disclosure of Information to Litigation Support Contractors MAY 2016

252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation DEC 2019

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. NOV 2020

252.204-7020 NIST SP 800-171 DoD Assessment Requirements. NOV 2020

252.211-7003 : Item Unique Identification and Valuation MAR 2016

252.211-7008: Use of Government-Assigned Serial Numbers SEP 2010

252.223-7008: Prohibition of Hexavalent Chromium JUN 2013

252.225-7001: Buy American Act & Balance of Payments Program--Basic DEC 2017

252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 CD 2020-O0015

252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015) MAY 2020 CD 2020-O0015

252.225-7974 "Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)" FEB 2020 CD 2020-O0005

252.232-7003: Electronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7006: Wide Area Workflow Payment Instructions DEC 2018

252.232-7010: Levies on Contract Payments DEC 2006

252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020

252.244-7000: Subcontracts for Commercial Items OCT 2020

252.247-7023: Transportation of Supplies by Sea FEB 2019

Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Aug 2019 at 12 PM
Camp Arkansas 30 Jul 2019 at 5 PM
Pittsburgh Pennsylvania 03 Apr 2018 at 5 PM
Erlanger Kentucky 27 Oct 2022 at 4 AM
Washington Not Specified

Similar Opportunities

Gaithersburg Maryland 14 Jul 2025 at 8 PM
Colquitt Georgia 29 Jul 2025 at 2 PM
Colorado 12 Jul 2025 at 4 AM (estimated)
Colorado 12 Jul 2025 at 4 AM (estimated)
Salem Massachusetts 11 Jul 2025 at 2 PM