Federal Bid

Last Updated on 22 Jun 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

CANON PIXMA iP100 PRINTERS w/ EXTENDED WARRANTY & INK CARTRIDGES

Solicitation ID 60-11MR-1581
Posted Date 26 May 2011 at 2 PM
Archive Date 22 Jun 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Acquisition Management Branch (Wv)
Agency Department Of Labor
Location United states
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.

1.  This is a combined synopsis/solicitation to procure printers, extended warranties, and ink cartridges for use by Federal mine inspectors. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-50, dated May 16, 2011. This requirement is 100% small business set-aside. All future information about this acquisition including solicitation amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is 60-11MR-1581 and shall be referenced on all quotations.

2. The North American Industry Classification System (NAICS) code is 423430- Computer peripheral equipment merchant wholesalers.  Offerors must be registered in the Central Contractor Registration (CCR) at: http://www.ccr.gov, in order to be considered for award.

3. Carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement:

Federal Acquisition Regulation (FAR) provision 52.211-6, Brand Name or Equal;

FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items;

FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items;

FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) - in paragraph (b) the following clauses apply; 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.223-18, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33. 

Offerors shall include a completed copy of 52.212-3 with quotes if not currently registered in ORCA. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

FAR clause 52.247-34 F.O.B. Destination

It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/

The Government contemplates an award of a Firm Fixed Price Contract resulting from this solicitation.


4. Description of Requirement:

The purpose of this requirment is to procure printers w/ extended warranties and ink cartridges to be used by MSHA mine inspectors.  Items are to include shipping and handling.

CLIN 0001: 52 EACH, BRAND NAME: Canon Pixma iP100 Inkjet Printers, Part Number 1446B002. Standard manufacturer warranty shall be included.

CLIN 0002: 49 EACH, BRAND NAME: 2 YR. Canon Extended Service Plan, Part Number 0030X094

CLIN 0003:  8 EACH, PGI-35/CLI-36 Ink Cartridges, Part Number 1509B007

All items shall be new.  A list of specifications for the printer is attached.

All items shall be delivered FOB destination within 20 days ARO.  There are 10 shipping locations throughout the U.S.  See attached distribution list for quantities and shipping addresses.

5.  A firm fixed price contract will be awarded to the lowest priced technically acceptable offeror. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the Contracting Officer also reserves the right to conduct discussions, if later determined to be necessary. Items called for by this combined synopsis/solicitation have been identified by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quotes and are determined by the Government to meet fully the salient characteristics and requirements listed in the combined synopsis/solicitation.  If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity.

6. Quotes are due by 2:00 p.m. EST Tuesday, June 7, 2011. All questions/inquiries must be submitted to Rhonda Sizemore via electronic mail (e-mail) not later than 2:00 p.m. Wednesday, June 1, 2011. PHONE CALLS WILL NOT BE ACCEPTED. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Rhonda Sizemore via email to: [email protected].

Offerors who fail to complete and submit the requirements above may be considered non-responsive.

Bid Protests Not Available

Similar Past Bids

South carolina Not Specified
Location Unknown 18 Sep 2014 at 3 PM
South carolina Not Specified
Location Unknown 03 Jun 2015 at 6 PM
Ohio 25 Jul 2020 at 12 AM

Similar Opportunities

Pennsylvania 30 Jul 2025 at 4 AM (estimated)
Pennsylvania 30 Jul 2025 at 4 AM (estimated)
California 11 Jul 2025 at 10 PM
California 11 Jul 2025 at 10 PM
Georgia 23 Jul 2025 at 6 PM