The RFP Database
New business relationships start here

MAP PRINTER,


Oklahoma, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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.

The solicitation number for this procurement is 140A0319Q0021 and is issued as a Request for Quote (RFQ).

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 May 6, 2019.

This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return DIAR Clause 1452.280-4 (see below in clauses/provisions).

The associated North American Industry Classification System code (NAICS) is 334118 B? Computer Terminal and Other Computer Peripheral Manufacturing, and the size standard is 1000 employees. The 334118 NAICS code is required to be listed on your SAM registration.

The Bureau of Indian Affairs, Southern Plain Regional Office, intends to award a firm-fixed price contract for the following

Pricing Schedule
Brand Name or Equal to Hewlett Packard HD Pro Multifunction Printer

CLIN 010: Hewlett Packard HD Pro Multifunction Printer

Price per Item $___________________________________

Total Line Price $__________________________________


TOTAL PRICE $_____________________________________

The delivery location is The Bureau of Indian Affairs, Southern Plains Regional Office, 1 mile north of city hwy 281 and Riverside Drive, Anadarko, Ok 73005. POC: Clarrisa Pewo (Delivery will be during normal office hours, Monday-Friday, 8:00-4:30; 24 hour notice is required before delivery.

PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition.

FAR 52.212-2 EVALUATION COMMERCIAL ITEMS

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers:

(i) Factor 1: Technical Capability

(ii) Factor 2: Price

Technical capability is equal to price.

(b) Factor 1: Technical Capability

1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Technically Acceptable or Technically Unacceptable. In order to be technically acceptable, offers must meet or exceed the specifications, and other terms and conditions in the solicitation and any subsequent amendments. If providing comparable equipment, it is required to provide specification for each comparable equipment.

2. Offeror shall meet all the requirements in RFQ and submit documentation to verify.

3. Technically Acceptable is defined as the item offered to the Government that meets the minimum requirements of the solicitation.

4. Technically Unacceptable is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation.

(c) Factor 2: Price

1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness.

(d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(e) Award Process:

1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either Responsive or Non-Responsive.

2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either Technically Acceptable or Technically Unacceptable.

3. Technically Acceptable quotations will be then ranked according to Price.

4. The lowest priced offeror who is technically acceptable will receive the award.

(f) A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)


FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision.
FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM
All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-3, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4.
FAR Clauses incorporated by reference: 52.204-7, 52.217-8, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.243-1, 52.244-6, 52.246-2, 52.246-16, 52.247-34, 52.249-1 and 52.249-8.

DIAR Clauses Incorporated by Reference

1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013)

1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013)

1452.280-4 Indian Economic Enterprise Representation (JUL 2013)

The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201.

1452.233-2 Service of Protest

OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services
this policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government.

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: copy of company invoice; must also be emailed to clarrisa.pewo@bia.gov and sara.watkins@bia.gov.

The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

(End of Clause)


Quote Submission Information: To be considered for award, vendors shall quote on all items listed in the solicitation. No partial quotes will be accepted. No Late quotes will be accepted.
Quote submissions shall include the following:

1.    Pricing schedule, include specifications, picture of product, duns number, Company POC
2.    Completion of 1452.280-4 Notice of Indian Economic Enterprise Set-Aside (attached)
3.    Anticipated delivery date.
4.    A copy of your SAM registration with the 334118 NAICS code listed
Note: If documents 1 through 4 is not in your quote submission it will be considered non responsive.

All questions shall be submitted via email to Sara Watkins at sara.watkins@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number 140A0819Q0021 in subject line of the email. Quotes are due on Friday, 26 July 2019 at 12:00 pm (CDT). Quotes may be sent via email to sara.watkins@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ.

Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments.

*This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Potential contractors must also have the NAICS code associated with this solicitation listed in their SAM profile.

Watkins, Sara

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP