Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOLICITATION NOTICE

J -- Maintenance of Copier-Sharp MX M1100.

Notice Date
1/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG93426000
 
Response Due
1/19/2010
 
Archive Date
3/20/2010
 
Point of Contact
Dawn Montgomery, (915) 568-5881
 
E-Mail Address
Fort Bliss DOC
(dawn.montgomery@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. 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 Fort Bliss Directorate of Contracting is releasing this combined synopsis/solicitation electronically only. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. In cases of conflict between the electronic (on-line) version of this RFQ and any downloaded version of the RFQ, the on-line RFQ prevails. All questions must be in writing and received by the DSCA Contracting Office not later than 3pm 24 Jul 2007. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS and ASFI websites. The email address for submission of all questions is dawn.montgomery@us.army.mil. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This procurement is a 100% small-business set-aside. Applicable NAICS code is 811212 Computer and Office Machine Repair and Maintenance and the size standard is $25,000,000. The Federal Service Code is J074. See below for description of services requested. The award will be a Firm Fixed Price contract with Four Option Years. Item No. 0001 Service Agreement for Maintenance 12 Months Maintenance of copiers for USASMA. 150,000 B/W Copies per month. 1 Copier Sharp MX-M1100. Maintenance/Service program must include equipment usage, all services and supplies, labor, parts, drums, mileage, travel time and operating supplies and staples. Include estimated charges for B/W copies. Period of Performance: 25 January 2010 through 24 January 2011 Item No. 0002 Charges for Excess Copies exceeding 150,000 per month. Price quoted should be per copy. Item No. 1001 Option 1 Service Agreement for Maintenance 12 Months Maintenance of copiers for USASMA. 150,000 B/W Copies. Program includes equipment usage and all services and supplies, labor, parts, drums, mileage, travel time and operating supplies and staples. Include estimated charges for B/W copies. Period of Performance: 25 January 2011 through 24 January 2012 Item No. 1002 Charges for Excess Copies exceeding 150,000 per month. Price quoted should be per copy. Item No. 2001 Option 2 Service Agreement for Maintenance 12 Months Maintenance of copiers for USASMA. 150,000 B/W Copies. Program includes equipment usage and all services and supplies, labor, parts, drums, mileage, travel time and operating supplies and staples. Include estimated charges for B/W copies. Period of Performance: 25 January 2012 through 24 January 2013 Item No. 2002 Charges for Excess Copies exceeding 150,000 per month. Price quoted should be per copy. Item No. 3001 Option 3 Service Agreement for Maintenance 12 Months Maintenance of copiers for USASMA. 150,000 B/W Copies. Program includes equipment usage and all services and supplies, labor, parts, drums, mileage, travel time and operating supplies and staples. Include estimated charges for B/W copies. Period of Performance: 25 January 2013through 24 January 2014 Item No. 3002 Charges for Excess Copies exceeding 150,000 per month. Price quoted should be per copy. Item No. 401 Option 4 Service Agreement for Maintenance 12 Months Maintenance of copiers for USASMA. 150,000 B/W Copies. Program includes equipment usage and all services and supplies, labor, parts, drums, mileage, travel time and operating supplies and staples. Include estimated charges for B/W copies. Period of Performance: 25 January 2014 through 24 January 2015 Item No. 0402 Charges for Excess Copies exceeding 150,000 per month. Price quoted should be per copy. CLIN 7500 Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower &Reserve Affairs) operates and maintains a secure Army datacollection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. As part of its submission,the contractor will also provide the estimated total cost (if any)incurred to comply with this reporting requirement. Reporting periodwill be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. SubCLIN 7501 Contractor Manpower Reporting 25 January 2010 through 30 September 2010 SubCLIN 7502 Contractor Manpower Reporting 1 October 2010 through 30 September 2011 SubCLIN 7503 Contractor Manpower Reporting 1 October 2011 through 30 September 2012 SubCLIN 7504 Contractor Manpower Reporting 1 October 2012 through 30 September 2013 SubCLIN 7505 Contractor Manpower Reporting 1 October 2013 through 30 September 2014 SubCLIN 7506 Contractor Manpower Reporting 1 October 2014 through 24 January 2015 **The following must be furnished with the quotation: 1. Complete descriptive narrative for the services proposed that is equivalent to the specifications listed above; 2. Prompt payment terms; 3. Completed copy of provision at DFARS 252.212-7001 Offeror Representations and Certifications--Commercial Items. CLAUSES: FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by reference and applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. Fill-ins are as follows: 1. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance; All factors are of equal importance. Evaluation Factors: (i) Technical capability of the offeror to meet the Government's requirement; In order to help determine the technical ability of the offerors, offerors shall provide a statement of the services to be provided. Applicable ratings for Technical Capability are as follows: Acceptable - Meets Government's requirement Unacceptable - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (iii) Past Performance Offeror status will be verified through the Excluded Party List System at https://www.epls.gov/, and Past Performance Information Retrieval System at https://www.ppirs.gov/. (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) In accordance with FAR 52.212-1(g), the Government intends to award without discussions. (d) 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The BPA will be prepared IAW FAR Part 13.303-3. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.252-2, Clauses Incorporated By Reference; and 52.222.41, Service Contract Act. The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; and 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The vendor must be ORCA certified at https://orca.bpn.gov/. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is 19 January 2010. All quotes must be received by 12:00 p.m. Mountain Standard Time. The Government reserves the right to award the contract without holding discussions. Offerors shall submit one copy of their quote and the Official Representations and Certifications (FAR 52.212-3) in person or by mail to the attention of Dawn Montgomery at 915-568-8732(fax), dawn.montgomery@us.army.mil, no later than 12:00 PM MDT on 19 January 2010. Point of contact for this solicitation is Dawn Montgomery at email dawn.montgomery@us.army.mil. Questions will only be accepted by email. Place of Performance is: Fort Bliss, Texas 79916
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ee152b46cdf4b63a8ae8b4218448143)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02043603-W 20100117/100115235544-6ee152b46cdf4b63a8ae8b4218448143 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.