MODIFICATION
W -- OPTION - Full service lease of multi-function devices
- Notice Date
- 1/4/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 2695 Flowers Rd., Atlanta, GA 30344
- ZIP Code
- 30344
- Solicitation Number
- 70FBR218Q0000000701-01
- Response Due
- 11/22/2017
- Archive Date
- 5/21/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR218Q0000000701-01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-96 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-11-22 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Caguas, PR 00726 The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 11/25/2017 - 02/23/2018 LI 001: Lease of four (4) Multi-function devices with black and white copy, print, and scan capability. *Quantity of 4 units x lease price per unit= 1 month lease, 3, MO; LI 002: Lease of one (1) Multi-function devices with color copy, print, and scan capability. *Quantity of 1 unit x lease price per unit= 1 month lease, 3, MO; LI 003: 33,300 Black and White copies per month per unit. *Four copiers x 33,300 copies per copier x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 133200, EA; LI 004: Overage for Black and White copies per month per unit., 1, EA; LI 005: 50,000 Color copies per month *50,000 copies x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 50000, EA; LI 006: Overage for Color copies per month., 1, EA; LI 007: Cost for replacement hard drives at end of lease., 4, EA; LI 008: One time charge for delivery, 1, EA; LI 009: One time charge for pick-up, 1, EA; LI 010: Maintenance and service of all leased equipment for one month., 1, EA; Option 1 Period of Performance: 02/24/2018 - 03/26/2018 LI 001: Lease of four (4) Multi-function devices with black and white copy, print, and scan capability. *Quantity of 4 units x lease price per unit= 1 month lease, 1, MO; LI 002: Lease of one (1) Multi-function devices with color copy, print, and scan capability. *Quantity of 1 unit x lease price per unit= 1 month lease, 1, MO; LI 003: 33,300 Black and White copies per month per unit. *Four copiers x 33,300 copies per copier x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 133200, EA; LI 004: Overage for Black and White copies per month per unit., 1, EA; LI 005: 50,000 Color copies per month *50,000 copies x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 50000, EA; LI 006: Overage for Color copies per month., 1, EA; LI 007: Cost for replacement hard drives at end of lease., 4, EA; LI 008: One time charge for delivery, 1, EA; LI 009: One time charge for pick-up, 1, EA; LI 010: Maintenance and service of all leased equipment for one month., 1, EA; Option 2 Period of Performance: 03/27/2018 - 04/26/2018 LI 001: Lease of four (4) Multi-function devices with black and white copy, print, and scan capability. *Quantity of 4 units x lease price per unit= 1 month lease, 1, MO; LI 002: Lease of one (1) Multi-function devices with color copy, print, and scan capability. *Quantity of 1 unit x lease price per unit= 1 month lease, 1, MO; LI 003: 33,300 Black and White copies per month per unit. *Four copiers x 33,300 copies per copier x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 133200, EA; LI 004: Overage for Black and White copies per month per unit., 1, EA; LI 005: 50,000 Color copies per month *50,000 copies x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 50000, EA; LI 006: Overage for Color copies per month., 1, EA; LI 007: Cost for replacement hard drives at end of lease., 4, EA; LI 008: One time charge for delivery, 1, EA; LI 009: One time charge for pick-up, 1, EA; LI 010: Maintenance and service of all leased equipment for one month., 1, EA; Option 3 Period of Performance: 04/27/2018 - 05/27/2018 LI 001: Lease of four (4) Multi-function devices with black and white copy, print, and scan capability. *Quantity of 4 units x lease price per unit= 1 month lease, 1, MO; LI 002: Lease of one (1) Multi-function devices with color copy, print, and scan capability. *Quantity of 1 unit x lease price per unit= 1 month lease, 1, MO; LI 003: 33,300 Black and White copies per month per unit. *Four copiers x 33,300 copies per copier x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 133200, EA; LI 004: Overage for Black and White copies per month per unit., 1, EA; LI 005: 50,000 Color copies per month *50,000 copies x price per copy Vendor and Contracting Officer Representative (COR) shall conduct a monthly reconcile prior to invoicing. If total number of copies is less than stated quantity, vendor shall invoice for quantity of copies actually used., 50000, EA; LI 006: Overage for Color copies per month., 1, EA; LI 007: Cost for replacement hard drives at end of lease., 4, EA; LI 008: One time charge for delivery, 1, EA; LI 009: One time charge for pick-up, 1, EA; LI 010: Maintenance and service of all leased equipment for one month., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This is a combined synopsis/solicitation for commercial services 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. The solicitation number is RFQ #70FBR218Q00000004 and is issued as a Request for Quotes (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 532420 Office Machinery and Equipment Rental and Leasing. The Contractor shall deliver, set up, and provide training and maintenance services for a full service lease of four (4) black and white multi-function devices and one (1) color multi-function device. Consumable items and toner cartridges are also part of the full service lease. The Multi-Functional (MFD) devices shall enable black and white copying, black and white printing, color copying and printing, and scanning capabilities at FEMA ™s Branch #3 Recovery Office. The contractor shall provide requested multifunction devices (MFDs) in accordance with the specifications outlined below: The requested period of performance is a base period of 90 days and three 30 day option periods. Enter the unit price x quantity to get total amount for each line item. The specifications and descriptions outlined in the statement of work (SOW) accompanying this solicitation reflects the characteristics and level of quality that will satisfy the Government ™s needs. The salient physical, functional, or performance characteristics of products offered must meet specifications in the SOW. To be considered for award, products offered must meet the salient physical, functional, or performance characteristic specified in the SOW and this solicitation Offerors shall clearly identify the item by ” Brand name, if any; and Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Security data kits provided must be an available option on all models providing capability for data overwrite and control of user access. Offeror must identify the manufacturer ™s item, model, and part number for the security data kit. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within five (5) calendar days before the contract expires. (a)The Government may extend the term of this contract by written notice to the Contractor within one (1) calendar day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five (5) calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (1) year.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR218Q0000000701-01/listing.html)
- Place of Performance
- Address: Caguas, PR 00726
- Zip Code: 00726-0491
- Zip Code: 00726-0491
- Record
- SN04781397-W 20180106/180104230856-b73fd14434c729f6df18da54c8168a7e (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 |