SOLICITATION NOTICE
70 -- Multi-Function Copier/Printer/Scanner - Combined Synopsis/Solicitation
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Kansas State Office, 760 South Broadway, Salina, Kansas, 67401-4642
- ZIP Code
- 67401-4642
- Solicitation Number
- AG-6215-S-11-0001
- Archive Date
- 9/30/2011
- Point of Contact
- Molly Hemstock, Phone: 7858234506
- E-Mail Address
-
molly.hemstock@ks.usda.gov
(molly.hemstock@ks.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- IT Resources Hardware List Combined Synopsis/Solicitation 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. Solicitation number AG-6215-S-11-0001 is being issued as a Request for Proposal (RFP). Responses are due by 2:00 p.m. Central Standard Time, August 25, 2011, at USDA-NRCS (Attn: Molly Hemstock), 760 South Broadway, Salina, Kansas 67401. PROPOSALS SUBMITTED VIA FACSIMILE OR E-MAIL WILL NOT BE ACCEPTED. Contact Molly Hemstock, Purchasing Agent, via telephone at (785) 823-4506 or by e-mail at molly.hemstock@ks.usda.gov for information regarding the solicitation. Rhonda G. Sulsar is the Contracting Officer on this solicitation. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-50. The Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions referenced in this solicitation can be found respectively in full text format at http://www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf. The North American Industry Classification System (NAICS) Code is 423430. The Government anticipates this solicitation will result in the award of a Firm Fixed Price Contract. The estimated award date of the contract is September 1, 2011. Delivery should be 60 days from date of award. Offerors must submit a proposal for the following line items: Item No. Description Unit Quantity Proposed Price 1 Multi-Function Copier/Printer/Scanner Each 95 $_________________ Description of Multi-Function Copier/Printer/Scanner Requirements: • Must be listed as "Certified" on the IT Resources Hardware list (see IO LAB LISTING.pdf) • Multi-Function Copier/Printer/Scanner • Automatic document feeder • Duplex • Collate, sort (does not need to staple) • Copy, print, scan up to 11" x 17" • Full color copy/print/scan • 300 dpi • At least 22 copiers per minute for copier • Able to scan to.pdf and email • Fax is not required Each office listed below will have an older copier to use as a trade in. The copier trade in information such as model and serial number will be provided upon award. Physical addresses will be provided at time of award. One unit will be shipped to each of the USDA NRCS Service Centers in the following cities: 1. Atwood 2. Oberlin 3. St. Francis 4. Colby 5. Goodland 6. Hoxie 7. Garden City 8. Lakin 9. Syracuse 10. Hays 11. Russell 12. WaKeeney 13. Leoti 14. Scott City 15. Tribune 16. Ness City 17. Dighton 18. Jetmore 19. Osborne 20. Hill City 21. Stockton 22. Sharon Springs 23. Oakley 24. Smith Center 25. Norton 26. Phillipsburg 27. Dodge City 28. Ashland 29. Cimarron 30. Meade 31. Great Bend 32. La Crosse 33. Larned 34. Hugoton 35. Liberal 36. Lincoln 37. Ellsworth 38. Salina 39. Marion 40. Lyons 41. McPherson 42. Medicine Lodge 43. Anthony 44. Pratt 45. Greensburg 46. Kinsley 47. St. John 48. South Hutchinson 49. Kingman 50. Ulysses 51. Johnson 52. Sublette 53. Wichita 54. Newton 55. Wellington 56. Burlington 57. Garnett 58. Mound City 59. Columbus 60. Altamont 61. Girard 62. Emporia 63. Council Grove 64. Eureka 65. Fredonia 66. Independence 67. Howard 68. Iola 69. Erie 70. Fort Scott 71. Paola 72. Ottawa 73. Winfield 74. El Dorado 75. Abilene 76. Clay Center 77. Minneapolis 78. Belleville 79. Beloit 80. Concordia 81. Mankato 82. Effingham 83. Oskaloosa 84. Troy 85. Hiawatha 86. Holton 87. Seneca 88. Lyndon 89. Lawrence 90. Topeka 91. Washington 92. Marysville 93. Westmoreland 94. Alma 95. Manhattan The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The Evaluation factors are listed in order of importance and all factors other than price when combined are more important than price. The overall evaluation criteria of the Contractors' proposals are provided below. (c) 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). (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. The following factors shall be used to evaluate offers: FACTOR 1 - Compliance/ Capacity, Previous Experience and Past Performance Instructions to offeror: Include a statement demonstrating the ability to comply with the terms and conditions of the contract and capacity to meet the delivery schedule and delivery to the multiple sites. Additionally, describe, and support with examples, the quality and timeliness of performance under previous contracts. Include a minimum of 2 references with the following information: (a) Company/Government Name, (b) complete address, (c) point of contact, (d) telephone/fax number, (e) contract number, (f) contract type, (g) contract amount at award, (h) contract amount at completion, (i) brief description of work provided. Evaluation Criteria: Offerors will be evaluated on the ability to comply with the terms and conditions of the contract and the ability to meet schedules and deadlines relative to production quantity. FACTOR 2 - Price Instructions to Offeror: Offeror should complete prices in the table on page 1. Evaluation Criteria - To evaluate offers for award purposes, the Government will apply the offeror's proposed fixed-prices to the quantities included in the solicitation. These prices will be evaluated to determine reasonableness of the price. A comparison of the proposed prices, government estimate, and/or market values will be used. Offerors are put on notice that any proposals that are unrealistic in terms of technical commitment or unrealistically low in price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity of contract requirements and may be grounds for rejection of the proposal. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and the following FAR clauses cited in that clause are applicable to this acquisition: 52.203-6; 52.203-13; 52.219-6, 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52-222-54; 52.225-13; 52.232-33. The following AGAR clauses/provisions apply to this solicitation: 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. Work that, in the opinion of the CO, does not meet data quality standards will be returned to the Contractor for correction. Inconsistencies/edits may be reviewed, resolved and approved via communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/KSSO/AG-6215-S-11-0001/listing.html)
- Place of Performance
- Address: Various USDA NRCS Service Center Offices in Kansas., Kansas, United States
- Record
- SN02531023-W 20110813/110811235919-8a7de3cd4ea9c2a2a889698ca1901d4f (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 |