SOLICITATION NOTICE
T -- Canon Copier Maintenance Agreement
- Notice Date
- 11/3/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, Oklahoma, 73159-1198
- ZIP Code
- 73159-1198
- Solicitation Number
- DJMS-09-Q-0012
- Point of Contact
- Patrick J. Keefe,, Phone: (202) 616-0740
- E-Mail Address
-
Patrick.Keefe@USDOJ.GOV
- Small Business Set-Aside
- N/A
- Description
- 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 that will be issued. Proposals are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). The solicitation document incorporates provisions and clauses that in effect through Federal Acquisition Circular 2005-27. The United States Marshals Service (USMS), Business Services Division, Publishing Branch, requires a Copier Maintenance Agreement for two (2) copiers located 1751 Crystal Drive, Arlington, VA 22202. This requirement is being issued under full and open competitive procedures. The Period of Performance shall run from contract award date through September 30, 2009. The following Contract Line Item Numbers (CLIN) apply: CLIN Description Quantity 0001 Monthly Maint. Agreement 11 Months* Canon ImageRUNNER 7200 0002 Monthly Overage/Excess Copy 11 Months* Charge for a Canon ImageRunner 7200 – (10,000 copies) 0003 Monthly Maint.Agreement 11 Months* Canon C-1 (Color Copier) 0004 Monthly Overage/Excess Copy 11 Months* Charge for a Canon C-1 (Color) – (5,000 copies) * November will be prorated for the actual number of days the agreement is in place. Description: The work shall be performed in accordance with the following Statement of Work: Maintenance Agreement for Two (2) Canon Copiers The contractor shall provide a price quote for a monthly maintenance agreement for a Canon ImageRUNNER 7200 (Black & White copier) (Serial # MNF04555), which shall include all parts, drums, preventative maintenance, toner, labor costs, and a monthly allowance of 35,000 copies. Contractor shall also provide a price quote for monthly overage / excess copy charges for the aforementioned machine. Contractor shall also provide a price quote for a monthly maintenance agreement for a Canon C-1 (Color copier) (Serial # TKW06143), which shall include all parts, drums, preventative maintenance, toner, labor costs, and a monthly allowance of 15,000 copies. Contractor shall also provide a price quote for monthly overage / excess copy charges for the aforementioned machine. Both machines are located in Crystal City, Virginia, in Federal office space. The USMS will provide the contractor with contact information to represent the Contracting Officer with regard to technical matters. (End of Statement of Work) The award shall be a firm-fixed price contract for approximately eleven (11) months. This solicitation invokes the following FAR clauses: FAR 52.212-1 Instructions to Offerors - Commercial Items. FAR 52.212-2, Evaluation--Commercial Items - Areas of evaluation are price and past performance. Award shall be made to the offeror with the lowest evaluated price, having a record of satisfactory past performance for providing similar services. Satisfactory past performance is defined as the offeror’s past record of providing services that met contract requirements, were performed in a timely manner, and maintained adequate cost/price control. Offerors must submit with their proposal relevant past performance information for at least one job performed within the last year including customer name, point of contact and telephone or internet address. Offerors having no relevant past performance will not be rejected but must provide other information supporting quality, timeliness, and cost effectiveness of operations. A list of major business accomplishments and client references may also be provided. Proposals failing to provide the information requested above shall be rejected. The government reserves the right to make award without discussions. FAR Part 52.212-3, Offeror Representations and Certifications--Commercial Items (offerors must submit a completed copy of representations and certifications with their proposal or be registered with ORCA). The contract shall contain the following FAR clauses: FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders --Commercial Items. The following clauses within FAR 52.212-5 are applicable to the resulting contract: 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-50, 52.225-1 and 52.232-33. Department of Labor Wage Determination 2005-2103, Revision 6, dated May 29, 2008, shall apply to the resulting contract. Additional FAR clauses that shall apply are 52.217-8 and 52.217-9. Offerors are required to submit proposals to US Marshals Service, ATTN: Procurement Office, MSD, Patrick Keefe, Contract Specialist, CS#3, 9th Floor, Washington, DC 20530, or E-mail: Patrick.Keefe@USDOJ.GOV. Submission of proposals by E-mail is preferred. Any questions prior to proposal due date must be submitted in writing, via email no later than November 5th, 2008. Proposal due date is 12:00 PM, EST, November 10, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe404adc91157ea44399744f0e119746&tab=core&_cview=1)
- Place of Performance
- Address: 1751 Crystal Drive, Suite 100, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN01699596-W 20081105/081103214544-fe404adc91157ea44399744f0e119746 (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 |