Federal Bid

Last Updated on 15 Aug 2009 at 8 AM
Combined Synopsis/Solicitation
J b p h h Hawaii

Intermec Equipment

Solicitation ID SP4707-09-Q-0030
Posted Date 16 Jul 2009 at 4 PM
Archive Date 15 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Contracting Services Office - Battle Creek
Agency Department Of Defense
Location J b p h h Hawaii United states 96860
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is issued as a Request for Quote (RFQ) SP4707-09-Q-0030. Point of Contact: Contract Specialist Amanda Geissler, email: [email protected]. No phone calls please. Email only. NAICS code is 423430 and the size standard is 100 employees. The resulting contract or order will be firm-fixed price. This requirement is set aside 100% for small businesses. Only NEW equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. A .pdf copy of the required brand-name justification is included with this announcement. Inspection, acceptance and FOB points are at Destination to Okinawa, Japan 901-5823 and to Pearl Harbor, Hawaii 96860. Quantities that are to be shipped to each location are denoted by line item. Submit one legible copy of your standard commercial warranty concurrently with your quotation. The required delivery date for all items is 30 days after receipt of a signed order. Submit questions regarding this acquisition via email. All questions must be received no later than 9:00 am Eastern time on Wednesday, July 22, 2009. All timely questions and their corresponding answers will be posted to this FEDBIZOPS announcement. Offerors are responsible for monitoring this announcement for any amendments that might be issued. Offers are due 11:00 am, Eastern Time, Thursday, July 23, 2009. Offerors shall submit complete quotes by e-mail to [email protected] or by FAX (269) 961-4226. The offeror shall provide a price for each contract line item number (CLIN) in their quote. The Government will make award to the responsible offeror who has the lowest price, technically acceptable. Only the Intermec models indicated below will be accepted. Quotations received quoting quantities of less than requested or other models will be considered non-responsive and will not be considered for award. Any bid offering refurbished or remanufactured equipment will be considered non-responsive. Our agency is aware that newer versions exist for some line items. DO NOT quote the new version in replacement of the older version. Anything other than the model indicated below will be considered non-responsive. A .pdf version of the requested items is attached to this Solicitation, as well. CLIN Item Description Quantity 0001 Intermec Janus 2020, 4 MB Terminal Battery, 26 each Shipping: 18 to Japan, 8 to Hawaii 0002 Intermec JD2020 Communication Dock, 18 each Shipping: 10 to Japan, 8 to Hawaii 0003 Intermec J2020 Maintenance Batteries, 1500 MAH, NICAD, 26 each Shipping: 18 to Japan, 8 to Hawaii 0004 INT-3400E Intermec 3400E Printer, 203 dpi, serial, 8 each Shipping: 5 to Japan, 3 to Hawaii 0005 Generic Null Modem cable 9 pin to 25 pin for Intermec 3400E Printer, 8 each Shipping: 5 to Japan, 3 to Hawaii 0006 Line Cord for Power Supply for Intermec 3400E Printer, 8 each Shipping: 5 to Japan, 3 to Hawaii 0007 Intermec Power Supply, 18 each Shipping: 10 to Japan, 8 to Hawaii 0008 INT-SR30 Intermec SR30 handheld linear imager kit USB interface cable, handsfree stand, 39 each Shipping: 30 to Japan, 9 to Hawaii The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Contract Terms and Conditions – Commercial Items FAR 52.212-4 (Feb 2007) Contract Terms and Conditions Required to Implement Statues or Executive Orders –Commercial Items FAR 52.212-5 (June 2006) In paragraph (b) the following clauses apply: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2008) (b) (X) (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (X) (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). (X) (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (X) (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (X) (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (X) (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (X) (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (X) (24) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.212.7001 (Sep 2005) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked , is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (X) 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207)
Bid Protests Not Available

Similar Past Bids

Tracy California 11 May 2023 at 7 PM
Washington 02 Jul 2008 at 2 PM
Indian head Pennsylvania 15 Sep 2014 at 7 PM
Camp lejeune North carolina 22 May 2017 at 11 AM
Tracy California 09 May 2023 at 1 PM

Similar Opportunities

Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Wisconsin 10 Jul 2025 at 5 PM
Philadelphia Pennsylvania 24 Jun 2026 at 4 AM (estimated)