SOLICITATION NOTICE
W -- OFFICE EQUIPMENT LEASE/RENTAL (PERFOMANCE IN AUSTRALIA)
- Notice Date
- 5/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- RCO Fort Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- W91QVP11Q4707
- Response Due
- 6/6/2011
- Archive Date
- 8/5/2011
- Point of Contact
- John M. Cooper, 907-353-7390
- E-Mail Address
-
RCO Fort Wainwright (PARC Pacific, 413th CSB)
(john.m.cooper@us.army.mil)
- Small Business Set-Aside
- N/A
- 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is W91QVP-11-Q-4707. This acquisition is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 532420 and the associated size standard is $25 million. This combined synopsis-solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-50, effective 16 May 2011, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20110518. This combined synopsis-solicitation incorporates one or more provisions or clauses by reference, with the same force and effect as if they were given in full text. The full text of any provision or clause may be accessed electronically at http://farsite.hill.af.mil or https://www.acquisition.gov/far/index.html. The Government will establish a blanket purchase agreement resulting from this combined synopsis-solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. ATTENTION: The US Government is seeking a price list for the supplies/services identified in Section B below in order to establish a price agreement for potential future orders, also known as a Blanket Purchase Agreement (BPA). Potential contractors are requested to review the supplies/services required below and the terms and conditions outlined within this request for quote. Delivery of the requested items may be required at multiple locations throughout Australia: potential contractors should identify to which locations they can make delivery when providing their pricing information. The future requirement for the supply/service in anticipated, but the actual quantity and delivery schedule is unknown at this time. The submission of a price list or the US Government's acceptance of said price list does not obligate the US Government in any way. If the price list is accepted by the US Government, the contractor and Government shall establish a Blanket Purchase Agreement, against which calls, or orders, are placed. Only upon the issuance of a call should the contractor initiate delivery of the supply/service requested in the call. The contractor shall provide the following items: 0001: PRINTER/COPIER LEASE or HIRE. Provide a color all-in-one printer, scanner, and copier unit to the requested location for lease or hire (similar in form and function to an HP Officejet 7210, or equivalent). Copy/print speeds should range from 20 to 100 copies per minute and copy/print between 1,000 to 5,000 copies per month. Contractor should provide all maintenance and initial supply of toner or ink cartridges. Equipment must be compatible with Windows-based operating system and include installation disks. Training of operation will be provided to end user upon request. Contractor must maintain equipment and all repairs and/or replacement must be conducted within 24 hours of notification. 0002: COMPUTER LEASE or HIRE. Provide a laptop computer to the requested location for lease or hire. Computer should include a Windows-based operating system (XP, Vista, Windows7, etc.), an updated antivirus software (Norton, McAfee, etc.), and Microsoft Office-compatible productivity software package (similar to Microsoft Office's PowerPoint, Word, and Excel). Computer should include both LAN and WiFi capability. Computer should include an AC power adapter and battery. A desktop computer may be a suitable substitute for a laptop in some cases. 0003: PHOTOCOPIER LEASE or HIRE. Provide a black and white photocopier unit to the requested location for lease or hire. Copy/print speeds should range from 20 to 100 copies per minute and copy/print between 1,000 to 5,000 copies per month. Photocopier should include double-sided printing and a document feeder. Contractor should provide all maintenance and initial supply of toner. Training of operation will be provided to end user upon request. Contractor must maintain equipment and all repairs and/or replacement must be conducted within 24 hours of notification. The supplies shall be delivered FOB Destination to one or more of the following locations: Rockhampton, Shoalwater Bay Training Area, RAAF Base Townsville, Canungra, RAAF Base Amberley, Port of Gladstone, RAAF Base Richmond (Sydney), Holsworthy Barracks (Sydney), Randwick Barracks (Sydney), and Bungendore (Canberra). The contractor shall comply with the following statement of work: 1. DUTIES AND RESPONSIBILITIES. a. The contractor shall provide all items specified in the schedule of supplies/services of this blanket purchase agreement. b. The contractor shall provide the items within the time period specified at the time the individual call is placed against this blanket purchase agreement. 2. EXTENT OF OBLIGATION. a. The United States Government (the "Government") is obligated only to the extent of authorized calls placed against the blanket purchase agreement in accordance with the stated terms and conditions. The Government is responsible only for payment of supplies/services that have been inspected and accepted by the Government. The Contractor shall provide an invoice conforming to the terms and conditions of this BPA prior to the Government authorizing payment. b. This BPA covers the period of 7 JUNE 2011 to 6 JUNE 2012. 3. INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THIS BPA. a. A BPA call authorization letter will be issued by the 413th Contracting Support Brigade to the Contractor. The authorization letter will list the name, rank/title, and dollar limitation of persons authorized to make calls (orders) against this BPA. b. Only a contracting officer warranted by the Government is authorized to make calls against this BPA and the Contractor shall reject any calls made by someone not listed on the call authorization letter. c. All calls will be issued in writing (including via electronic correspondence) using a Standard Form 1449 and shall be signed by an authorized individual. The call shall specify the items to be provided by the Contractor, the place of delivery, and the required delivery date. d. Individual calls shall be numbered sequentially, starting with 0001, and shall continue until cancellation or expiration of this agreement. The BPA number can be found at block 2 of the Standard Form 1449, while the call number is found at block 4. It is imperative that both the BPA and call number be included in the invoice to ensure prompt payment. 4. PURCHASE LIMITATION. The authorization letter will list the dollar limitation for each person authorized to make calls against this BPA. The Contractor shall reject calls issued by an individual if the total call amount exceeds the dollar limitation for that individual. 5. PRICING. a. The Contractor must submit a price list to the Government for the items requested under this BPA. If the Contractor cannot or desire not to include an item(s) in the BPA, it shall omit that item(s) from the price list. The Government must accept and approve the price list for it to be effective under this BPA. The price list shall state the period for which the price list is effective. The minimum period a price list may be in effect is one month. b. Pricing to the Government shall be as low as, or lower than, the prices charged to the Contractor's most favored customers, in addition to any discounts for prompt payment. 6. DELIVERY TICKET. All supplies/services provided under this BPA shall be accompanied by a delivery ticket or sales slip containing the following information: a. Name of supplier b. BPA number c. Call number d. Date of delivery or performance e. Itemized list of items delivered or services performed f. Applicable discounts applied g. Total price of items INVOICES. An invoice shall be submitted for each BPA call upon completion of delivery or upon conclusion of service performance. At a minimum, invoices for services should be submitted monthly. Invoices shall conform with the invoicing instructions found at Section H of the BPA. CONTRACTING OFFICER AUTHORITY No changes may be made to the terms and conditions of this contract without explicit written authorization of the Contracting Officer. In the event the Contractor or his employee affects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been without authority and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result of said change. ELECTRONIC COMMERCE In accordance with the FAR Part Two "electronic commerce" definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. PAYMENT The disbursing office will make payment using cash, credit card, or electronic funds transfer, as agreed upon at award, in Australian Dollars unless another denomination is requested by the contractor prior to contract award and said denomination is readily available. If the contractor fails to make an affirmative election, payment shall be made in Australian Dollars. If the contractor elects payment in local or third nation's currency and said currency is reasonably available, then the Finance Office will convert the amount due to the contractor from Australian Dollars using the Department of Defense Financial Management Regulation directives and/or commercial conversion entities used by the Department of Defense. To expedite payment, contractors are encouraged to make use of Electronic Funds Transfer to the greatest extent possible. RECLAMATION OF GOODS AND SERVICES TAX (GST) The US Department of Defense (USDoD) is free from all taxes in Australia. In accordance with the Determination made by the Minister of Defence under section 105-120 of the Taxation Administration Act 1953 (TAA 1953), the Australian Department of Defence will pay the GST component of invoices sent to the USDoD and its activities. In order for payment of the GST component to be effected under this arrangement, each vendor must forward a copy of the invoice provided to the USDoD. The copy must include a certification from the USDoD Contracting Activity that the goods and/or services were acquired by the USDoD for their official use in Australia. An example of such certification would be: "The goods and/or services have been acquired by the US Department of Defense for official US Government use in Australia" and the statement must be signed by an official representative of the USDoD, such as the contracting officer. The copy of the invoice (with the signed certification) must be sent to the Defence Tax Management Office (DTMO) as follows: Director - Taxation Management R1-2-A086 Russell Offices Canberra ACT 2600 Upon receipt of the invoice, the DTMO will process payment of the GST component. The vendor should expect to receive such payment within one to two weeks from submission of a correctly certified invoice. Please note that in order for a vendor to be paid by Defence, an account will have to be created within the DTMO accounts payable system. To enable the creation of the account and to avoid delays in payment of the GST component to the vendor, it is preferable that the following details be provided to DTMO by the vendor when they send their initial invoice: * Name & Address of Vendor * Australian Business Number (ABN) of Vendor * Bank details (name of Bank, account number and BSB number) * Contact details (i.e. contact person, phone number, fax number) * Fax number and/or e-mail address for which remittance advice is to be sent to Vendor For any assistance, please contact the DTMO at 1800 806 053 or taxation.management@defence.gov.au NO ADVANCE PAYMENTS ARE AUTHORIZED. Payments shall be made via electronic funds transfer (EFT) or bank check made payable to the contractor. FAILURE TO PERFORM If the Contractor fails to provide the service within the time agreed upon within this contract (to include authorized extensions/delays), the contract will be subject to termination in accordance with FAR 52.212-4 included herein. NOTICE OF DELAY If the Contractor experiences an excusable delay he will call or visit the Contracting Officer and request an extension; the Contracting Officer will decide whether to provide an extension on the contract. The Contractor shall be allowed time, not money, for excusable delays. Examples of such cases included (1) acts of God or the public enemy, (2) Acts of the United States Government in either its sovereign or contractual capacity, (3) acts of another contractor in the performance of a contract with the United States Government, (4) fires, (5) floods, (6) epidemics, (7) quarantine restrictions, (8) strikes, (9) unusually severe weather. In each instance, the failure to perform must be beyond the control and without the fault or negligence of the Contractor, and the failure to perform furthermore (1) must be one that the Contractor could not have reasonably anticipated and taken adequate measure to protect against, (2) cannot be overcome by reasonable efforts to reschedule the work, and (3) directly and materially affects the date of final completion or completion of a specific line item. PAYMENT VIA ELECTRONIC FUNDS TRANSFER The contractor may receive all payments against this order via electronic funds transfer (EFT), also known as bank-to-bank transfer. The transfer amount shall be in the local currency in the amount specified within this purchase order. Any bank processing fees, taxes, or other surcharges are the responsibility of the contractor and are not subject to reimbursement (unless already incorporated into the subject order/contract in the total shown on page 1, block 26 of this purchase order/contract). Before payment via EFT may be processed, the contractor is required to submit a verified invoice (per 52.212-4) and a completed EFT information form (provided below). The following FAR and DFARS clauses and provisions are incorporated by reference: 52.212-1 Instructions to Offerors (JUN 2008); 52.212-2 Evaluation - Commercial Items (JAN 1999); 52.212-3 Offeror Representations and Certifications - Commercial Items with ALT I (APR 2011); 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2011). Within paragraph (b), the following clauses apply: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999); and, 52.232-36, Payment by Third Party (Feb 2010); 52.225-14 Inconsistency Between English Version and Translation of Contract (FEB 2000); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.212-7000 Offeror Representations and Certifications - Commercial Items (JUN 2005); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011). The following additional DFARS clauses/provisions apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009); 252.247-7023, Transportation of Supplies by Sea, Alternate III (MAY 2002) 252.225-7000 Buy American Act-Balance of Payment Program Certificate (DEC 2009) 252.225-7040 Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States (JAN 2009); 252.225-7041 Correspondence in English (JUN 1997); 252.229-7000 Invoices Exclusive of Taxes or Duties (JUN 1997); 252.232-7008 Assignment of Claims (Overseas) (JUN 1997); 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (DEC 2006); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.233-7001 Choice of Law (Overseas) (JUN 1997); and, Addenda to 52.212-1. The following paragraphs are hereby deleted from the provision: (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. QUOTE SUBMISSION INSTRUCTIONS. Quotes must include the following items: (1) Company name, address, telephone number, e-mail address, and fax number (2) Combined synopsis-solicitation number (3) Unit price and extended prices for all CLINS (4) DUNS number and CAGE code, as required. A DUNS number may be obtained at http://fedgov.dnb.com/webform/pages/CCRSearch.jsp. A CAGE code may be obtained at the following website: https://www.natolog.com/AC135Public/scage/CageList.aspx. (5) Signed acknowledgements of all amendments, as applicable. All contractors are required to provide a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items with Alternate I. Alternately, contractors may indicate completion of the online representations and certifications at https://orca.bpn.gov. All quotes, descriptive literature (for equal submissions), and representations and certifications must be received no later than 06:00 PM (Australian Eastern Standard Time) on 6 June 2011. All quotes and inquiries should be addressed to MAJ John Cooper by email at john.m.cooper@us.army.mil or by telephone +1 571 422 9749 (United States) or 0447 415 403 (Australia) during normal business hours.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2104553f2d92a62c5b4f9724e7c22965)
- Place of Performance
- Address: Defence Center Rockhampton 15 Western Street Rockhampton QL
- Zip Code: 4700
- Zip Code: 4700
- Record
- SN02458028-W 20110528/110526234845-2104553f2d92a62c5b4f9724e7c22965 (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 |