Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2016 FBO #5461
SOLICITATION NOTICE

J -- MAINTENANCE SERVICE FOR 21 MFDS, INCLUDING PARTS & LABOR

Notice Date
11/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0005
 
Archive Date
11/25/2016
 
Point of Contact
Olga M. Hairston, Phone: 4438614718
 
E-Mail Address
olga.m.hairston.civ@mail.mil
(olga.m.hairston.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) RESEARCH, DEVELOPMENT, AND ENGINEERING COMMAND (RDECOM) HEADQUARTERS COPIER/PRINTER/FAX MAINTENANCE AGREEMENT 1. INTRODUCTION The U.S. Army Research, Development and Engineering Command is the Army's technology leader and largest technology developer. RDECOM develops technologies in its eight major laboratories and research, development and engineering centers. Employees at RDECOM headquarters coordinate the research, development, and engineering efforts across these labs and centers from its campus at Aberdeen Proving Ground. 2. PURPOSE The RDECOM Headquarters has identified the need for a service agreement for multiple multi-function copiers and other related equipment that the Government owns, and which do not currently have service agreements. 3. PERFORMANCE OBJECTIVES The contract will provide for qualified and manufacturer-trained service, delivery and management personnel to ensure the productive use of this equipment to meet specific response times The monthly service must include all parts and all labor that includes time and travel which become necessary for the maintenance and repair of twenty one (21) multi-function copiers, which are owned by the Government. Service shall also include the diagnosis and correction of product malfunctions and failures, as well as preventive maintenance. This contract requires Time, travel, parts and the cost will not go over the amount for each year indicated for labor costs of maintenance. This contract does not include toners and paper. Maintenance charges will be billed monthly. The operational term of the contract shall not exceed twelve (12) months as base and another 12 months as optional from the award date, subject to the availability of funds at the discretion of the Government. The Government can cancel the service agreement with thirty (30) days advance notice, without penalty. 4. PLACE OF PERFORMANCE AND HOURS OF OPERATION All maintenance shall be performed at: Building 3071, Aberdeen Proving Ground, MD 21005 -OR Building 3072 Aberdeen Proving Ground, MD 21005 -OR Building 3073 Aberdeen Proving Ground, MD 21005 -OR Building 3331 Edgewood, MD 21010 -OR Building 2300 Edgewood, MD 21010 Normal business hours are from 8:30 AM to 4:30 PM Eastern Time, Monday through Friday. No work shall occur when the Government facility is closed due to local or national emergencies, administrative closings, weather related closings, Federal Holidays, or Government directed facility closings. 5. TASKS 5.1. Provide monthly maintenance service through-out Period of Performance as stated in this Performance Work Statement (PWS). The monthly maintenance shall include all costs for parts, labor, diagnosis and correction of product malfunctions and failures, preventative maintenance calls, and service calls. 5.2. Provide a twelve (12) month contract with thirty (30) day cancellation rights to Government and another 12 months optional extension at the discretion of the Government. 6. TECHNICAL REQUIREMENTS The maintenance services are needed to prevent any significant operational down time, and must include at least cleaning, lubricating, adjustment and replacement of parts as needed. The cost of the monthly service must include all parts and labor (time and travel) monthly maintenance costs per machine at a fixed rate. Consumable supplies (toners) will be billed separate on as needed basis. However, the contractor must provide a price list of common consumable parts (toners) with the bid which will be used to bill the Government when a part is needed. 6.1. Equipment list 6.1.1. Flat Rate for machines listed below: MANUFACTURER MODEL SERIAL NUMBER 1. Lexmark X945e 910820 2. Lexmark X945e 910836 3. Lexmark X945e 910967 4. Lexmark X945e 911040 5. Lexmark X945e 911044 6. Lexmark X945e 911045 7. Lexmark X945e 911048 8. Lexmark X945e 911055 9. Lexmark X945e 911133 10. Lexmark X945e 911247 11. Lexmark X945e 911254 12. Lexmark X945e 911255 13. Lexmark X945e 911256 14. Lexmark X945e 911257 15. Lexmark X945e 911258 16. Lexmark X945e 911261 17. Lexmark X945e 911262 18. Lexmark X945e 911263 19. Lexmark X945e 911264 20. Lexmark X945e 911408 21. Lexmark X952 7558100404743 6.1.2. Machines to be removed from service: The government reserves the right to remove items from the equipment list. When this occurs, the contractor shall issue a pro rata refund for the unused portion of the maintenance cost. 6.1.3. Machines to be added to service: The government reserves the right to add items to the equipment list. When this occurs, the contractor shall issue a pro rata invoice reflecting charges only for the used portion of the maintenance cost. 7. BIOBASED PRODUCTS The Contractor must comply with the Agricultural Act of 2014; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable; include the exclusive use of biobased and recycled products. The following is a list of categories for biopreferred products that are required for performance of this service contract. Ink Removers and Cleaners - 79% Minimum Biobased Content Multipurpose Lubricants - 88% Minimum Biobased Content Inks - Printer Toner (Greater Than 25 Pages Per Minute) - 20% Minimum Biobased Content Inks - Printer Toner (Less Than 25 Pages Per Minute) - 34% Minimum Biobased Content For more information regarding the Department of Agriculture Biobased Program go to: http://www.biopreferred.gov. 8. MAINTENANCE AND SUPPORT 8.1. Preventative maintenance: Contractor shall deploy a technician qualified to perform preventative maintenance on copiers, faxes, and printers at least quarterly (90 days). Service visits are scheduled with RDECOM office managers. The intervals between the scheduled maintenance services provided to the Government shall be no greater than those provided to the contractor's commercial customers for the same model copier that has been provided to the Government. 8.2. Response to Service Calls: The contractor shall, at least during normal business hours, Monday through Friday (excluding all holidays observed by the Government), respond to all verbal or written requests for service calls. The contractor shall respond to the service call within one (1) business day of verbal or written notification by the Government. Any and all repairs shall be made within the time frame stated above in Section 8.2. Contractor shall ensure items needed for machine repair are available for installation to avoid prolonged machine down time. Contractor shall be subject to a penalty equal to 1/30 of the monthly base amount of the agreement for every day beyond the first day a copier is down after a service call has been placed. 8.3. Replaced Parts: Government retains the right to keep the sensitive parts (such as mother boards, hard drives, memory chips etc., being replaced for subsequent destruction. 8.4. Service support: The contractor shall use authorized service personnel to service and repair the provided equipment. If the contractor elects to use authorized agents (subcontractors) for the any portion of the maintenance and installation of equipment under the lease term, the contractor shall be responsible for all payments for services rendered to the Government to its subcontractors. The Government shall not be held liable for any access charges or costs, outside what is established in the award documents. All service cost shall be incorporated into the monthly cost established under this Purchase Order. 8.5. Coordination: The contractor shall coordinate all work with the Contracting Officer Representative (COR) and other personnel authorized by the COR to place service calls. 8.6. Submittals: Contractor shall invoice RDECOM Headquarters on a monthly basis. Flat rate amounts under this Agreement are billed monthly. 8.7. The contract remains between the Government and the contractor only. There is no implied contract between the Government and any of the contractor subcontractors. Any failure or lack of response to a service call (either verbal or written) or repair not resolved as stated above by the contractor or any of its authorized subcontractors, may be determined by the Government as noncompliance to the terms of the contract, and may result in termination. 9. QUALITY CONTROL AND QUALITY ASSURANCE Inspection and acceptance of all products and services performed under this Scope of Service will be monitored in accordance to the terms and conditions of FAR 52.212-4 (a) - Inspection/Acceptance 9.1. MATERIALS, EQUIPMENT, TRAINING, AND UTILITIES 9.2. Use of premises: The Contractor shall comply with the regulations governing the operation of premises which are occupied and shall perform this contract in such a manner as not to interrupt or interfere with the conduct of Government business. 10. OTHER MATERIALS Any and all information, supporting documentation, manuals, reports, and other documentation materials developed and produced by the contractor as part of this contract shall become the property of the Government. 11. TRAVEL No travel is required for this Purchase Order (PO). If any travel does occur, all travel costs and incidentals to this contract shall be paid by the contractor. 12. ESTIMATED QUANTITIES/SERVICES The contractor is hereby notified that if any funding is left remaining after all products/services have been performed by the end of each period of performance end date for the base, will result in a modification to the PO de-obligating the remaining funding for that specific period of performance time-frame. 12.1. At any time through-out the Period of Performance additional funds may be added to the PO as required, and will come through official Modification provided on a Standard Form (SF) - 30 by the Contracting Officer. 13. THE ROLE OF GOVERNMENT PERSONNEL AND RESPONSIBILITY FOR CONTRACT ADMINISTRATION 13.1. Contracting Officer (KO): The Contracting Officer has the overall responsibility for the administration of this contract. The KO alone, without delegation, is authorized to amend, modify, or deviate from the contract. Other responsibilities may be delegated to authorize representatives. 13.2. Contracting Officer's Representative (COR): The COR will be designated in writing at the time of award to assist the CO in the day-to-day onsite administration of the contract requirements. The responsibilities of the COR include, but are not limited to; 13.2.1. Determining the compliance and adequacy of performance by the Contractor in accordance with the terms and conditions of this contract; 13.2.2. Requesting removal of unsuitable contractor employees; 13.2.3. Ensuring adequacy of schedule and Quality Control Plan, including changes; 13.2.4. Ordering re-performance of unacceptable work or performance by other mean, etc. 14. Experienced Personnel Qualifications. 14.1. The contractor shall provide a qualified crew of Original Equipment Manufacturer (OEM) trained service personnel, delivery personnel, and management personnel in sufficient numbers to actively and efficiently service and support the scope and population of multifunctional equipment placed during the contracted period. The contractor shall designate one POC for billing and issue resolutions, and notify the Contracting Officer's Representative (COR) when billing-personnel status changes during the term of the contract. Additionally, the contractor shall have prior and similar work experience in supporting a multifunctional program that demonstrates the company's ability to service this type of contract. This can include similar commercial experiences of this nature. The contractor will demonstrate experience sufficient to ensure effectiveness in performing the scope of work. 15. PERSONNEL IDENTIFICATION. 15.1. Contractor personnel are expected to display a contractor identification badge clearly identifying the Contractor as non-Government personnel. Identification shall include as a minimum, contractor name and employee name. Contractor personnel shall be dressed in contractor or company attire; and not purport to speak on behalf of the COR nor any other party in matters relating to equipment nor its configurations and repair. 16. SECURITY (PERSONNEL). 16.1. Access to classified or sensitive information is not a requirement of the contract. However, due to the sensitive nature of equipment and data present in particular areas, the contractor may be obligated to obtain and maintain special badges for all personnel associated with the contract. At a minimum, such conformance may require all service and technical personnel to be subjected to the following: (1) verification of U.S. citizenship, (2) completion of Personal Information Sheet, (3) interview, (4) local record checks (available personnel, base or military police, medical and security records) conducted, (5) local public agency inquiry, and (6) National Agency Check (NAC) to determine trustworthiness. Escort will be provided, as required, in sensitive and restricted work areas. Security DD Form 254 may be required by ACA. 16.2. Security Conditions Affecting Work (Nov 1986) -52.0204-4013. Contractor personnel may require access to restricted areas. Occasional delays in obtaining authorization for access to these areas, or escort to a work site may be anticipated. 17. SECURITY AREA BADGE REQUIREMENTS (APG 52.0204-4101, Oct 1992). 17.1. Contractor/Contractor employees who will require unescorted access to a security area of APG, MD, as defined by APG Regulations 190-4, Movement control. Within and while performing contractual work and/or dispose of waste material at the disposal/salvage area(s) shall be required to present and display Government-issued security area identification badges in order to gain and exercise unescorted entry into the security area(s). 17.2. The Contractor shall submit to the COR, for each employee requiring said access, a completed: 17.2.1. DA Form 428, Application for Identification Card, for a security badge. U.S. Citizenship shall be verified by the Contractor, and status annotated in the "Remark's section. 17.2.2. DD Form 258, Applicant Fingerprint Card, unless proof of possession of a Personal Security Clearance, or completion of a favorable National Agency (NAC). 17.2.3. Contractor shall advise employees that this information will be used to review criminal history records. Adverse information may result in an individual being denied security area access. 17.3. Contractor personnel authorized access to a security area will be issued photographic or non-photographic security area badges as required. Upon termination of the contract or the individual's employment, whichever is first, the Contractor shall collect badges and effect turn-in to the COR for ultimate return to the issuing officer; in addition to undergoing CIO out-processing. 17.4. GRANTED UNESCORTED ACCESS TO THE SECURITY AREAS OF APG, MD. Since unescorted access to the work site is essential for performance of this contract, foreign nationals/immigrant aliens shall not be scheduled for work under this contract. 17.5. CAUTION. Contractor shall be responsible for delays in the progress/completion of this contract due to Contractor employee's disqualification for security badges. Such delays will not be deemed excusable under the Default Clause, and further, may be subject to the Liquidate Damages provision of this contract, if applicable. 18. Period of performance The contractor shall begin performance immediately upon award, and continue through until contact completion, cancelation or termination. The period of performance for this project shall only one (1) 12-month base period and one (1) 12 month optional period. Please note actual dates will be determined at time of award. 19. AGENCY CONTACTS Contracting Officer Person: at email or phone Contracting Officers Representative (COR) Person: at email or phone 20. INVOICING PROCEDURES 20.1. Invoices: In addition to the clause language in FAR 52.212-4, the following direction is provided: 20.1.1. Invoices shall be submitted on a monthly basis, no later than ten (10) days following the period being invoiced; 20.1.2. Invoices shall include only those services rendered during the billing period; 20.1.3. Invoices shall bill by Line Items as listed in the Schedule of Items; 20.1.4. Billing rates shall be in accordance with the firm-fixed rates listed in the Schedule of Items. 20.1.5. All invoices are required to be submitted electronically using a portable document format (PDF) file emailed to the COR. 21. ATTACHMENTS 21.1. SCA Wage Determinations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9aab2a9deb8b480d9f2407ac26104e4)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04320388-W 20161105/161103234959-a9aab2a9deb8b480d9f2407ac26104e4 (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.