SOLICITATION NOTICE
J -- Annual Maintenance and Service on Canon Copiers - Solicitation Attachments
- Notice Date
- 4/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HT9404-13-Q-D038
- Archive Date
- 6/30/2013
- Point of Contact
- Melissa Marcellus,
- E-Mail Address
-
Melissa.Marcellus@usuhs.edu
(Melissa.Marcellus@usuhs.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- CLIN Structure Applicable Provisions & Clauses The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located on the Naval Support Activity in Bethesda, MD. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for annual maintenance and service on two (2) Canon copiers with the option to add additional copiers at a later time. The machines were previously maintained under warranty with their purchase. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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 quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-66 (28 February 2013) and Defense Federal Acquisition Regulation Supplement (DFARS) (28 March 2013). This RFQ is set-aside for small business concerns under the applicable NAICS code 811212 - Computer and Office Machine Repair and Maintenance, which has a Small Business Administration small business size standard of $25.5M in average annual receipts. In order to be eligible for award of this purchase order, offerors must be registered with the System for Award Management (SAM) located at https://www.sam.gov/ with completed representations and certifications. Offerors interested in responding to this requirement must provide a quote, at a minimum, for the CLINs identified in the attached spreadsheet. If a preliminary inspection is required, please state the price for such as a separate CLIN. Offerors must identify whether invoices will be submitted on a monthly or quarterly basis. In order to be considered for award, offerors must provide a quote for all CLINs listed. The Government intends to award a single firm fixed price (FFP) option year purchase order to the offeror representing the best value to the Government based upon the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): 1. Technical Approach - Offerors will provide a technical quote that details what is covered in the service agreement. Details should include, at a minimum, scheduled and emergency service, software upgrades, application training and support, hours of operation, labor and travel charges, and the number of preventive maintenance inspections per year, if applicable. Offerors must display a clear understanding of the requirements. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement may not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: " The offeror understands the requirements and the submitted quote meets all stated objectives." 2. Corporate Experience - Offerors are required to provide a narrative of their corporate experience in providing maintenance support on Canon copiers, to include software upgrades and application training and support. 3. Past Performance - The Government shall evaluate the offeror's present and past performance on similar tasks within the past three (3) years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. References provided must be the individuals who utilize the Canon copiers being maintained. The following must be provided for each listed reference: a.Name of client and address b.Name of current point of contact including telephone number, e-mail address and title c.Contract number d.Contract value e.Contract period of performance f.A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 4. Price - Interested offerors are to provide a firm fixed price (FFP) quote on all CLINs identified in the attached Excel spreadsheet. All applicable costs must be included in the quote (example: components, shipping, etc.). The total quoted price, inclusive of options, will be the evaluated price. Offerors must submit the following with their quote: •DFARS Provision 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability of a Felony Conviction under any Federal Law - DoD Appropriations •FAR Provision 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification See attached document for applicable provisions and clauses for this requirement. Questions/clarifications regarding this solicitation must be submitted via email to melissa.marcellus@usuhs.edu by 10:00am EST on Wednesday, 24 April 2013. Any question received after 24 April 2013 will not be answered. Questions will not be answered over the phone, nor will questions submitted via any means other than email be answered. All questions will be answered in an amendment to the solicitation posted on or around 24 April 2013. Quote packages are due by 10:00pm EST on Thursday, 9 May 2013. Quotes must be submitted via email to melissa.marcellus@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS number •Statement that includes acknowledgment of latest amendment number
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/af010975c219ab0a1178ecb044e0a27b)
- Place of Performance
- Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799, United States
- Zip Code: 20814-4799
- Zip Code: 20814-4799
- Record
- SN03033139-W 20130412/130410234502-af010975c219ab0a1178ecb044e0a27b (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 |