SOLICITATION NOTICE
74 -- Three different copier types for lease or purchase and yearly maintenance for each type of copier. See description.
- Notice Date
- 9/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423420
— Office Equipment Merchant Wholesalers
- Contracting Office
- 157 LS/LGC Contracting Office, 302 Newmarket ST Bldg 145, PEASE ANGB, NH 03803-0157
- ZIP Code
- 03803-0157
- Solicitation Number
- W912TF-05-T-1002
- Response Due
- 9/16/2005
- Archive Date
- 11/15/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for the following commercial items, L/I 0001 Copy Machines (20 each), L/I 0001AA (quote for leased option and purchase option) Copier-Type 1 (Quantity: 6 EA) Black and white printing, 10/100/1000 Ether net network capability, minimum of 25 copies per minute, double side copy/print duplexing capability, fax and scan capability, no finisher for stapling and sorting for this copy machine, and applicable software to utilize functions to the desktop. Must h ave secure printing capability where a pin number must be entered before it prints from the queue at the device. Systems will be managed by a print server on the network. On-site support for initial setup and configuration of devices. L/I 0001AB - (quote f or leased option and purchase option) Copier-Type 2 (Quantity: 12 EA) Black and white printing, 10/100/1000 Ethernet network capability, minimum of 25 copies per minute, double side copy/print duplexing capability, fax and scan capability, and applicable software to utilize functions to the desktop. Will have collate, staple, and hole punch (3 long edge, 2 short edge) ability. Must have secure printing capability where a pin number must be entered before it prints from the queue at the device. Systems wil l be managed by a print server on the network. On-site support for initial setup and configuration of devices, L/I 0001AC (quote for leased option and purchase option) Copier-Type 3 (Quantity: 2 EA) Black and white printing, and a minimum of 25 copies pe r minute. On-site support for initial setup and configuration of devices. Will not have network capability or variation, and wont have duplexing, sorting, stapling, document feeder or other accessory for this copy machine, L/I 0002 Maintenance Agreement (1 year). Maintenance agreement for the 3 different types of copiers listed above which will cover staples and toner replacement, on-site maintenance for part replacement, repairs, and labor; guaranteed minimum of 5 years for part replacement maintenance (life cycle management), L/I 0003 OPTION YEAR Maintenance Agreement (1 year). Maintenance agreement for the 3 different types of copiers listed above which will cover staples and toner replacement, on-site maintenance for part replacement, repairs, and l abor; guaranteed minimum of 5 years for part replacement maintenance (life cycle management), L/I 0004 - OPTION YEAR Maintenance Agreement (1 year). Maintenance agreement for the 3 different types of copiers listed above which will cover staples and toner replacement, on-site maintenance for part replacement, repairs, and labor; guaranteed minimum of 5 years for part replacement maintenance (life cycle management), L/I 0005 - OPTION YEAR Maintenance Agreement (1 year). Maintenance agreement for the 3 differ ent types of copiers listed above which will cover staples and toner replacement, on-site maintenance for part replacement, repairs, and labor; guaranteed minimum of 5 years for part replacement maintenance (life cycle management), L/I 0006 - OPTION YEAR M aintenance Agreement (1 year). Maintenance agreement for the 3 different types of copiers listed above which will cover staples and toner replacement, on-site maintenance for part replacement, repairs, and labor; guaranteed minimum of 5 years for part repl acement maintenance (life cycle management), L/I 0007 ADDED OPTION Add or decrease systems; need to have flexibility to with increasing and decreasing the number of systems without having to renegotiate the length of the contract. Flexibility will be bas ed on a mission need. Looking for trade-in value of currently owned Minolta Copier model# 2050 being replaced. For more information on the Minolta Copiers for trade-in, contact Kevin Nichols at 603-430-3459. This synopsis and solicitation is prepared in ac cordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Quotes are being requested and a written soli citation will not be issued. This solicitation is issued as a Request for Quote (RFQ) W912TF-05-T-1002. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard (NAICS) 423420, Size Standard: 500 employees, applies to this procurement. FOB: Destination for delivery to 302 Newmarket Street B-145, PEASE ANGB, NH 03803-0157. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to OfferorsCommercial Items; FAR 52. 212-2, Evaluation -- Commercial Items. Quotes will be evaluated on technical capability of the item offered to meet the Government requirement, price, and past performance. Technical and past performance, when combined, is less when compared to price in ac cordance with FAR 15.304. FAR 52.212-3, Offeror Representations and CertificationsCommercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at h ttp://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 Alt II, Notice of Small Business Set-Aside (June2003) Alternate II; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222- 36, Affirmative Action for Workers with Disabilities; FAR 52.222-39, Notice of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41, Service Contract Act of 1965, as amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965; FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels; DFAR 252.225-7035 Alt I, Buy American ActFree Trade AgreementBalance of Payments Program Certificate (Jan 2005) Alternate I; DFAR 252.232-7003 , Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection And Receiving Report. All firms or individuals responding must be registered with Central Contractor Registration (CCR) at http://www.ccr.gov/ to be considered for award. S ubmit written offers only, oral offers will not be accepted. Quotes can be sent via mail to TSgt Kevin Nichols at 302 Newmarket Street B-145, Pease ANGB, NH 03803; faxed to 603-430-3428; or emailed to Kevin.Nichols@nhpeas.ang.af.mil; 157 MSG/MSC Pease ANGB NH 03803. Quotes must be received no later than 4:00 PM EST, 16 September 2005.
- Place of Performance
- Address: 157 MSG/MSC Contracting Office 302 Newmarket ST Bldg 145 PEASE ANGB NH
- Zip Code: 03803-0157
- Country: US
- Zip Code: 03803-0157
- Record
- SN00889238-W 20050909/050908033839 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |