SOLICITATION NOTICE
J -- Maintenance & Repair of Ricoh Industrial Printers - Exhibit A CDRL A001 Page 2 - Performance Work Statement (PWS) - Exhibit A CDRL A001
- Notice Date
- 9/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-15-R-RICOH
- Archive Date
- 10/30/2015
- Point of Contact
- James S. Vaughan, Phone: 8017755252, Nathan Toole, Phone: 8017778414
- E-Mail Address
-
james.vaughan.6@us.af.mil, nathan.toole@hill.af.mil
(james.vaughan.6@us.af.mil, nathan.toole@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Exhibit A CDRL A001 PAGE 1 Performance Work Statement (PWS) Exhibit A CDRL A001 Page 2 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 FA8224-15-R-RICOH is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 and its supplements. This is a full & open competitive announcement filed under NAICS code 811212 and Federal Supply Code J070. The requirement calls for the contractor to provide all management, tools, supplies, equipment and labor necessary to provide scheduled maintenance services and incidental repair services for one Ricoh Pro 906EX printer and one Ricoh 8100S printer. These printers are owned and located with the 309th Aircraft Maintenance Group (AMXG), Ogden Air Logistics Complex (OO-ALC), Hill Air Force Base, Utah. Schedule Of Items - Responsible offerors shall provide Firm Fixed Price (FFP) and Time & Materials (T&M) pricing for all items listed and described below: CLIN 0001, Firm-Fixed Price, Quantity: ____; Unit of Issue: Visits; Per Visit Price tiny_mce_marker_______; Total CLIN 0001 Price: tiny_mce_marker_____________ - Propose scheduled maintenance visits in accordance with paragraph 2.1.1 of the Performance Work Statement (PWS) and historical usage in Appendix B. Delivery 15 November 2015 to 14 November 2016. CLIN 0002,1 Lot, Time & Materials, Unscheduled Repairs in accordance with paragraph 2.1.2 & 2.2 of the PWS. Offerors to propose labor type, labor rate and any percentage markup for parts for unscheduled repairs. Price to be determined based on the contractor's quote (Labor + materials) as unscheduled repairs are required. Delivery 15 November 2015 to 14 November 2016. CLIN 0101 (OPTION), Firm-Fixed Price, Quantity: ____; Unit of Issue: Visits; Per Visit Price tiny_mce_marker_______; Total CLIN 0001 Price: tiny_mce_marker_____________ - Propose scheduled maintenance visits in accordance with paragraph 2.1.1 of the Performance Work Statement (PWS) and historical usage in Appendix B. Option delivery 15 November 2016 to 14 November 2017. CLIN 0102 (OPTION),1 Lot, Time & Materials, Unscheduled Repairs in accordance with paragraph 2.1.2 & 2.2 of the PWS. Offerors to propose labor type, labor rate and any percentage markup for parts for unscheduled repairs. Price to be determined based on the contractor's quote (Labor + parts) as unscheduled repairs are required. Delivery 15 November 2016 to 14 November 2017. CLIN 0201 (OPTION), Firm-Fixed Price, Quantity: ____; Unit of Issue: Visits; Per Visit Price tiny_mce_marker_______; Total CLIN 0001 Price: tiny_mce_marker_____________ - Propose scheduled maintenance visits in accordance with paragraph 2.1.1 of the Performance Work Statement (PWS) and historical usage in Appendix B. Option delivery 15 November 2017 to 14 November 2018. CLIN 0202 (OPTION),1 Lot, Time & Materials, Unscheduled Repairs in accordance with paragraph 2.1.2 & 2.2 of the PWS. Offerors to propose labor type, labor rate and any percentage markup for parts for unscheduled repairs. Final price will be determined based on the contractors quote (Labor + parts) as unscheduled repairs are required. Delivery 15 November 2017 to 14 November 2018. FOB: Destination DELIVERY SCHEDULE: Service to begin on or about 15 November 2015 to 14 November 2018. This contract will be a basic year plus two optional years as outlined above. The following list of provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items. 52.212-2, Evaluation -- Commercial Items - (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: Price - In addition to price evaluation described in (b) below, proposed pricing methods for labor & parts (CLIN 0002, CLIN 0102, & CLIN 0202) will be evaluated based on the best value to the Government. Technical Sub-factor 1: Describe how contract quality shall be managed. Reference Performance Based Work Statement Paragraphs 2.2, 2.3, 3, and 10. Include certifications, licenses, and experience servicing these types of printers and the plan to maintain certifications, licenses, and experience. Sub-factor 2:Describe how personnel shall be managed to meet the estimated workload. The Contractor shall provide preventative maintenance on the printers, reporting status per CDRL A001. Demonstrate how the contractor will be able to evaluate a service requirement and provide the CO a written quote in hardcopy or email format (A002) within one business day after receiving a maintenance repair request. Explain how the contractor has the available capacity (personnel, facilities, equipment, and team/supplier agreements) to meet the workload. Reference Performance Based work Statement Paragraphs 2.1.1.3, 2.1.2, and Appendix B. (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) 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. 52.212-3, Offeror Representations and Certifications -- Commercial Items. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.209-7, Information Regarding Responsibility Matters 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan FAR 52.233-3, Protest after award 52.247-34 F.O.B Destination NOV 1991 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.233-3 Protest After Award AUG 1996 DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.204-7004 System For Award Management DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 OMBUDSMAN NOV 2012 Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015), ALTERNATE I (OCT 2014), with its offer. All prospective offerors must obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/ in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered offeror. Questions submission: Questions related to this RFP shall be received, via email, to james.vaughan@us.af.mil or nathan.toole@us.af.mil no later than October 5, 2015 2:00 PM MST. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Answers to questions will be provided to all offerors on FedBizOpps.gov under this solicitation on a separate attachment. Any questions received after the time and date listed above will not be addressed. All proposals must be e-mailed to james.vaughan@us.af.mil on or before the closing date and time posted in this notice. Fax copies will not be accepted. All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q&A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-R-RICOH/listing.html)
- Place of Performance
- Address: 309 AMXG, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03887334-W 20150917/150916000713-4aeebf3b0a602b513e5369a31fbec604 (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 |