SOLICITATION NOTICE
74 -- PM on Two Copiers at Longview CBOC
- Notice Date
- 10/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport LA 71101
- ZIP Code
- 71101
- Solicitation Number
- VA-256-08-RQ-0039
- Response Due
- 10/30/2007
- Archive Date
- 11/6/2007
- Point of Contact
- Patricia J Kim Contract Specialist 318-424-6107
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, 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 VA-256-08-RQ-0039 is 100% set-aside for Small Businesses only. If an acceptable offer is not received from a small business concern, the small business set-aside will be dissolved without being reposted to FedBizOpps. Offers will then be considered from all responsible firms to include large businesses. All firms are encouraged to respond to this requirement regardless of business size. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. No telephone offers will be accepted. Only written offers received directly from the requester are acceptable. If submitting by FAX, you may send your offer to 318/424-6078, ATTN: Patricia J. Kim. The North American Industry Classification System (NAICS) Code is 811212. This size standard is $23.0 M. OFFERORS MUST STATE THEIR BUSINESS SIZE ON THEIR REQUEST. Please provide a quote per machine on an annual basis. Contractor shall provide full maintenance coverage, including staples, parts (including toner cartridges) and service (excluding paper), and labor for the two (2) government-owned Ricoh Copiers located at the Longview Community Based Outpatient Clinic (CBOC), 1205 E. Marshall Avenue, Longview, Texas 75601 for the period November 1, 2007 through September 30, 2008. The two copiers are listed below. Basic Service includes 20,000 copies per month for both machines. Item 0001: Ricoh AFICIO 2022SP, w/automatic reversing document feeder, SF 820 Finisher/Stapler, Automatic Two-sided, network printing and cabinet. S/N: J8345702615: $__________; Item 0002: Ricoh AFICIO 2022SP, w/automatic reversing document feeder, SF 820 Finisher/Stapler, Automatic Two-sided, network printing and cabinet. S/N: J8345702625: $___________; Item 0003: Overage cost per copy, in excess of 20,000 copies/month. The cost for overages will be invoiced and paid on a quarterly basis. $__________ per copy. The following Evaluation Factors will be addressed and submitted with the solicitation. 1. The quoter's quote must be in conformance to all terms and conditions of the RFQ. 2. Past Performance-provide evidence of past performance by giving references from three (3) companies for whom you have provided service. Provide: Name of Company, Address, Telephone Number and Point of Contact. 3. Provide literature stating source of genuine manufacturer's parts which will be used in the maintenance of these copiers. 4. Records of Technicians' Training Certificate-provide certificates of training in the last three (3) years for any and all technicians who may perform the required maintenance (not to exceed 5 pages per technician). Statement of Work (other information): A. The number of copies to be included in the maintenance will be 10,000 per month, per machine for a total of 20,000 copies per month. B. The Contractor shall provide maintenance service to include equipment, parts, service and all operating supplies, except paper products. C. The supplies include toner cartridges, staples and any other type supply which might be necessary for the effective operation of the machines. D. The Contractor will perform an inventory of all supplies on a regular basis (at least quarterly). E. The contractor will provide a local telephone number to call for service calls. Representative's Name: ___________________; Local (Longview) Service Call Number: ________________; Representative's Name: ___________________; Local (Shreveport) Service Call Number: _______________. F. The response time for service calls during business hours will be within four (4) hours. The service technician will report to the location of copier for servicing. A service report will be delivered to Information Resource Management Service (IRMS), Building 6, to the attention of Barbara Lockett, after each preventive maintenance visit or service repair call. G. The address for mailing these Service Reports is: Overton Brooks VA Medical Center, Attn: IRM (Barbara Lockett), 510 East Stoner Avenue, Shreveport, LA 71101. H. The Contractor will conduct a monthly reading on the number of copies produced by each machine, or provide the IRM Administrator the capability to access the monthly total production count for each machine. If the count is read by the IRM administrator, the count will be reported to the Contractor for billing purposes. I. Service calls will be placed by the IRM Help Desk, 318-221-8411, ext 6225. The designated staff at the Longview CBOC will place a call to Barbara Lockett, IRM, the designated Contracting Officer's Technical Representative (COTR), 318-221-8411, ext 5914, when service is needed. J. Work required in the performance of this contract shall be performed during the CBOC's administrative working hours, 8:00 am to 4:30 pm, Monday through Friday, excluding federal holidays. K. The Contractor shall respond to calls requested by IRM COTR, Barbara Lockett. L. Work required in the performance of this contract shall be performed during the Medical Center's administrative working hours, 8:00 am to 4:30 pm, Monday through Friday, excluding federal holidays. The following are federal holidays: New Year's Day, Labor Day, Martin Luther King Jr.'s Birthday, Columbus Day, President's Day, Veteran's Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day. Work beyond 4:30 pm, Monday through Friday or on Federal holidays shall be at the Contractor's discretion and at no additional cost to the government. M. Use of Cell Phones: a. The following list of areas will have signs posted in visible areas, which read, "For Patient Safety Please Turn Off Cellular Phones and Personal Electronic Devices" Signage must be clearly visible in areas where cell phone usage is restricted. b. A sign posted in every entryway and lobby will state the following, "Cell phone usage is permitted except for posted areas." c. Use of cell phones and personal electronics is not allowed within six feet of any active medical device for any reason, even if signs are not posted. N. The Longview CBOC is a smoke free facility. Smoking is prohibited inside any building except the smoking shelter on the facility grounds. Smokers are allowed to smoke outside the 25 foot boundaries from every entrance/exit. Violators shall be removed from the premises permanently. O. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. P. The Contracting Officer's Technical Representative is Barbara Lockett, Phone: (318) 221-8411, Ext. 5914. Q. BILLING: Payments to the Contractor shall be made monthly, in arrears, upon receipt of a properly prepared invoice. The billing address is as follows: FSC VA (667), P. O. Box 149971, Austin, Texas 78714. The invoice must contain the Contract Number and related Purchase Order Number in order for payment to be processed. FAR 52.252-2, Clauses Incorporated by Reference (1998) - incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Incorporated herein by reference the following FAR Clauses and Provisions apply to this acquisition: 52.211-6, Name Brand or Equal (AUG 1999); 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006) - offerors must comply with all instructions contained in this provision; 52.212-2, Evaluation - Commercial Item (JAN 1999) - The Government will award a contract resulting from this solicitation to the responsible offerors 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: (1) Technically acceptable and (2) Price. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007) - a completed copy of this provision shall be submitted with the offer; 52.212-4, Contract terms and Conditions - Commercial Items (Feb 2007); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2007) [(b)(5)(i), (5)(ii), (13), (15), (16), (18), (19), (20), (21), (22), (24(i)), (26), (29), (34), and (c) (1), (2), (3)]; 52.215-5, Facsimile Proposals (OCT 1997), 52.232-18, Availability of Funds (April 1984); 52.233-2, Service of Protest (SEP 2006); 52.225-18, Place of Manufacture (SEP 2006). The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (JUL 2006) (B)(2) the offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. VA Acquisition Regulation (VAAR) 52.252-1, Provisions or Clauses that Require Completion By The Offeror or Prospective Contractor (DEC 1999) - incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Incorporated herein are the following VAAR Clauses and Provisions: 852.252-1, Provisions or Clauses That Require Completion by The Offeror or Prospective Contractor (DEC 1999), 852-211-70, Service Data Manual (NOV 1984). 852.233-70, Protest Content (JAN 1998); 852.233-71, Alternate Protest Procedure (JAN 1998); 852.270-4, Commercial Advertising (NOV 1984); 852.273-70, Late Offers (JAN 2003); 852.273-74, Award Without Exchanges (JAN 2003). Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar852.htm. Offers are to be received at Overton Brooks VA Medical Center, 510 East Stoner Avenue - Bldg 7, Shreveport LA 71101, ATTN: Patricia J. Kim, no later than 4:00 P. M. Central Daylight Time (CDT) on October 30, 2007. Electronic copies of proposal may be submitted. Contact: Patricia J. Kim, Contract Specialist, patricia.kim@va.gov, or FAX 318/424-6078. Electronic offers are acceptable for this acquisition if received by date and time specified.
- Record
- SN01440068-W 20071026/071024223405 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |