COMBINED SYNOPSIS/SOLICITATION
FLATBED PRINTER
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; a written solicitation will not be issued.
Solicitation/synopsis reference number HQ002882258629 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word âquoterâ substituted for âofferorâ.
Provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008 and DFARS Change Notice 20080812.
(1) FAR 52.212-1 (Instructions to Offerors â Commercial Items) (APR 2008):
(a) Re para (a): NAICS 334119; small business size standard is 750 employees.
(b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period.
(2) FAR 52.212-2 (Evaluation â Commercial Items) (JAN 1999) with the following insertion in para (a) âlowest priced technically acceptable quote with acceptable past performance.â Technical evaluation will be whether quoted items satisfy all required technical specifications contained in CLIN 0001.
(3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 17 SEP 2008 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to
[email protected] or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if youâre sending your quote via electronic means.
(4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications â Commercial Items) (NOV 2007) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website.
CLIN 0001 â Flatbed Printer
QTY: 1 Each
Unit Price:
Total Amount:
P/N:
Manufacturer:
Description:
The government requires a color flatbed printer using UV formulated ink to print on flat rigid display material or flat flexible media up to 1â in thickness. A variety of rigid and flexible media includes, but is not limited to Foamcore, PVC, styrene, corrugated plastic, plywood, medium density overlay panel (MDO), aluminum plastic composite, cardboard, paper, aluminum, acrylic and glass. Some manufacturers offer the additional capability to use a large roll of material (called a hybrid system, or called a combo system if with a moving transport belt) in addition to the flatbed system. The government does not require the hybrid or combo system although it would be a bonus to the government if such a printer was purchased at the same or lower price.
There are many kinds of printers that use different kinds of ink. Only UV ink is acceptable. Solvent types of inks are not acceptable to the government as they require a high degree of maintenance and require hazardous waste removal.
The materials need to be held down by a set of rollers (for hybrid or combo system) or via a vacuum system so the printer can pass over the material and print the image. Roll feed accessories may be required to guide the media into the printer.
Shipping by commercial means (not military), on-site installation, on-site training and ability to provide on-call service in Germany is essential.
Flatbed Printer minimum specifications:
A UV curable inkjet system.
Ccolor ink system with UV ink only. Solvent or other types of ink are not acceptable.
Ink for initial operation (startup) to support installation and setup.
Minimum color image resolution: 360 dpi true resolution, 1220 x 600 dpi, or 1440 dpi or greater perceived resolution
Electrical: 230 to 400 Volts AC, single or three phase. 50 Hz (60 HZ is not acceptable)
A raster image processor (RIP) and raster image software to ensure that the printer can print from any Adobe brand graphics software product from 5 different computers in the building.
Print speed not less than 120 feet per hour in the ânormalâ or âproductionâ or normal resolution mode.
Ability to print on any flat media from 160 gram weight paper to flat rigid material up to 1 (one) inch thick and up to 50 pounds in weight.
Minimum print width: 48 inches
Minimum print length: 96 inches
Delivery by commercial means, installation of all hardware and software and training to the government at Kaiserslautern, Germany. On-site training shall be not less than 3 days for 5 employees in the English language. Installation includes interfacing the printer with existing graphics computers that use Adobe graphics programs.
Availability of on-site service at our operating location in Kaiserslautern, Germany from within the country within 24 hours.
SHIPPING ADDRESS â FOB DESTINATION
Direktor. VISE U.S. ARMEE EUROPA G6
Kleber Kaserne Geb 3266
Mannheimerstrasse
67657 Kaiserslautern, Germany
Tel. (49) 0 631 411 8696
Fax, (49) 0 631 411 7727
IN ADDITION TO SUBMITTING PRICING FOR DIRECT SHIPMENT TO GERMANY, REQUEST VENDORS SUBMIT FOB DESTINATION PRICING TO THE FOLLOWING ADDRESS AS WELL:
DEFENSE MEDIA CENTER
14855 6TH STREET
RIVERSIDE, CA 91518
The Government will consider quotes only from âauthorized resellersâ of equipment manufacturers. All items must be quoted FOB Destination. This will be a brand name or equal procurement.
It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government.
All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions.
The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov:
FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007)
FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008)
FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004)
FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003)
DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008)
DFARS 252.246-7000 (Material Inspection and Receiving Report) (APR 2008)
Additional FAR and DFARS clauses required by the regulations will be included.
Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
Bid Protests Not Available