플랜비드 컨설팅 |
https://sam.gov/opp/4e36ae9c6e5f4e7a8cc51d8b4b5cef1a/view
Follow
Purchase of 117 MFDs for Korea & Maryland
ActiveContract Opportunity
Notice ID
SP7000-25-Q-1045
Related Notice
SP7000-25-RFI-1041
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DCSO
Sub Command
DCSO HARRISBURG
Office
DCSO-P NEW CUMBERLAND
Looking for contract opportunity help?
APEX Accelerators(opens in new window)
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window)for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window)(PTAP).
General Information
Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
Original Published Date: Jun 03, 2025 11:31 am EDT
Original Date Offers Due: Jul 03, 2025 02:00 pm EDT
Inactive Policy: 15 days after date offers due
Original Inactive Date: Jul 18, 2025
Initiative:
None
Classification
Original Set Aside:
Product Service Code: 7E20 - IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW)
NAICS Code:
334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
Place of Performance:
KOR
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 – Streamlined solicitation for commercial products or commercial services, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) number SP7000-25-Q-1045.
This notice incorporates clauses and provisions in effect through Federal Acquisition Circular (FAC) 2025-03 effective 17 January 2025, Defense Federal Acquisition Regulation Supplement (DFARS) Change effective date 17 January 2025, and Defense Logistics Acquisition Directive (DLAD) Revision 5 effective 3 April 2025 through PROCLTR 2025-15. Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation.
This acquisition is unrestricted. The associated North American Industrial Classification System (NAICS) code is 334118.
DCSO-P New Cumberland has a requirement to lease one hundred-seventeen (117) multi-functional devices with delivery forty-five (45) days After Receipt of Order (ARO). Please see Statement of Work (SOW) and Salient Characteristics attached to posting for further information.
Any award resulting from this solicitation will be issued on Standard Form (SF) 1449.
All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). FAR 52.212-1 OFFER SUBMISSION INSTRUCTIONS – Quotations must include the following items.
Submission of a quotation that does not contain all items requested below may result in elimination from consideration for award.
Quotations may be submitted in contractor format and shall include:
Company name, address, telephone number, e-mail address, and FAX number
Solicitation number
Contractor DUNS Number and Commercial and Government Entity (CAGE) Code
Unit Price and extended price for CLIN
Technical information (as stated below under FAR 15.308)
Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation)
FAR 52.212-2 Evaluations-Commercial Items (NOV 2021)
(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. The following factors shall be used to evaluate offers:
Price, Technical, and Past Performance as stated within Evaluation Factors For Award.
Technical and past performance, when combined, will not be weighted. The Lowest Price Technically Acceptable (LPTA) source selection process will be utilized.
(b) 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).
(c) A written notice of award or acceptance of an offer, mailed 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 offer’s 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.
Contractors are required to include a copy of the FAR provision 52.212-3-offeror Representations and Certifications-Commercial products and DFAR 252.212-7000-Offeror Representation and Certification- Commercial products with its quotation or may indicate completion of the representations and certifications on the internet at http://SAM.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.
FAR 13.106-2 Evaluation of Quotations or Offers – The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price.
All questions and inquiries should be addressed via email to megan.perzia@dla.mil – Request for Quotation Number SP7000-25-Q-1045.
Offerors responding to this announcement shall submit their proposal via email to Megan Perzia at megan.perzia@dla.mil. All quotes must be received by 03 July 2025 at 02:00 PM Eastern to be considered for award.
CLIN Structure:
CLIN 0001 QTY. 10 Color MFCs with shipping to Landover, MD
CLIN 0002 QTY. 22 Color MFCs w/NIPR Smartcard Readers with shipping to Landover, MD
CLIN 0003 QTY. 13 Color MFCs w/SIPR Smartcard Readers with shipping to Landover, MD
CLIN 0004 QTY. 34 Color MFCs with shipping to South Korea
CLIN 0005 QTY. 28 Color MFCs w/NIPR Smartcard Readers with shipping to South Korea
CLIN 0006 QTY. 10 Color MFCs w/SIPR Smartcard Readers with shipping to South Korea
Per unit CLIN pricing shall be inclusive of ALL costs, including, but not limited to: printer cost, Smartcard Readers, packaging, shipping, 3-year warranty, etc. Additional priced lines will not be accepted.
Attachments/Links
Contact Information
Contracting Office Address
5404 J AVE BLDG 404
NEW CUMBERLAND , PA 17070-5059
USA
Primary Point of Contact
Megan Perzia
megan.perzia@dla.mil
Secondary Point of Contact
David Corvino
david.corvino@dla.mil
History
Jun 03, 2025 11:31 am EDT
Combined Synopsis/Solicitation (Original)
May 19, 2025 08:51 am EDT
Sources Sought (Original)