DOCUMENT
J -- Document Center Maintenance - Attachment
- Notice Date
- 8/22/2018
- Notice Type
- Attachment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);1900 East Main Street;Danville Il 61832-5198
- ZIP Code
- 61832-5198
- Solicitation Number
- 36C25218Q9765
- Response Due
- 9/7/2018
- Archive Date
- 11/6/2018
- Point of Contact
- Kevin Adkins
- E-Mail Address
-
4-4544<br
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2: Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 17 of 17 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25218Q9765 Posted Date: 08/22/2018 Original Response Date: 09/07/2018 Current Response Date: 09/07/2018 Product or Service Code: J074 Set Aside (SDVOSB/VOSB): Total Small Business NAICS Code: 811212 Contracting Office Address Great Lakes Acquisition Center NCO12 1900 East Main Street Danville Illinois 61832 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 811212 with a small business size standard of $27.5 Million. The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois 61832, is seeking to purchase Document Center Maintenance for various Kyocera device models. All interested companies shall provide quotation(s) for the following: Services Performance Work Statement VA Iliana Health Care System Document Center Fleet Maintenance Vision Provide a program of scheduled and unscheduled maintenance on the facilities document center fleet. Provide necessary consumable supplies for each unit. Introduction Background: The facility currently owns 17 multi-user document centers that are in various areas. These devices are used extensively and require regular maintenance and supplies to ensure continued use and prevent unavoidable downtime. General Requirements The vendor will provide a program of scheduled maintenance on each machine. This maintenance will include 2 scheduled visits during a 12-month period that will provide evaluation and normal replacement of worn parts. The vendor will respond to maintenance calls and provide as needed maintenance on each device. The vendor will provide all consumable supplies that will be needed for each device. Period of Performance The base period of performance of this contract will be October 1, 2018 to September 30, 2019. This contract will consist of a base year and 2 option years, to be exercised at the discretion of the government. Performance Requirements The Contractor shall provide both scheduled and as needed maintenance on each multifunctional document center that is maintained under this facility contract. The contractor shall provide at least 2 scheduled preventative maintenance visits on each machine during the period of performance. A schedule for each machine shall be provided to the facility within 30 days from the beginning of the period of performance. Also, the contractor shall provide an estimated, itemized list of the tasks that will comprise each preventative maintenance visit. The contractor shall conduct as needed maintenance for each machine. When an issue is identified by the end user, the contractor will be contacted. The contractor shall provide remote assistants within one hour of the initial contact. If the issue requires a service visit, the contractor will schedule a visit to take place no later than the next business day. Follow up visits shall be required as needed to restore the machine to an operational status. The Contractor Shall Provide consumable supplies for each machine. The contractor shall provide certain supplies for each machine on a scheduled basis. This would include supplies that can be anticipated by the contractor but may not be expected by the end user. This would entail such supplies as waste toner receptacles or other items that the end user may not know to request. The contractor shall provide consumable supplies as needed for each machine. Whenever the machine indicates that consumable supplies are required, the end user will request these supplies from the contractor. The delivery time for these supplies shall be no greater than 2 business days. If the machine is located in a direct patient area, the end user may request additional supplies as back up to ensure that that no downtime occurs while waiting for supplies to be delivered. The Contractor shall include the following amounts of copies as part of the maintenance plan pricing. Kyocera ECOSYS 6530MFP 5000 Black and White Copies Kyocera FS-3640MFP 5000 Black and White Copies Kyocera PR740/ 4550C1 5000 Black and White Copies Kyocera TASKALFA 4551ci 6000 Black and White Copies,2000 Color Copies Kyocera TASKALFA 6551ci 6000 Black and White Copies,2000 Color Copies The contractor shall provide monthly service and supply reports. The contractor shall submit a monthly report detailing any services that have been performed on each machine during the previous month. This is to include any repairs, part replacements and scheduled preventative maintenance. This report will also include any information detailing the current condition of the machine in relation to the service that has been provided. A rating scale will be used by the contractor to aid in the determination of the current condition. The contractor shall provide an itemized monthly list of all consumable supplies that have been delivered to each machine. This list must include both the request date and the ship date. Special Requirements Below is a list of the device models that the vendor must be certified to maintain: Kyocera ECOSYS 6530MFP Kyocera FS-3640MFP Kyocera PR740/ 4550C1 Kyocera TASKALFA 4551ci Kyocera TASKALFA 6551ci Any vendor staff that comes into the facility must complete a Privacy training worksheet and return it to the COR to be kept on file. The C&A requirements do not apply, and a Security Accreditation Package is not required. VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. Deliverables Repair parts as required. Consumable supplies as requested. Quality Assurance Surveillance Plan The Chart below details the process for the Quality Assurance of this contract Task Standard Inspect What Inspect How Inspect Who 4.1.1 The contractor shall provide scheduled preventative maintenance on each machine. The schedule for each machine will be provided to the facility within 30 days of beginning of the period of performance. AQL: Each machine will receive at least 2 PM s during the period of performance Annual Schedule of maintenance. Maintenance completion as scheduled. Has the schedule been presented.? Sample observation of PM s Sample survey of end users. COR will engage the contractor for observation. COR will engage end users for feedback verification. 4.1.2 The contractor will conduct as needed maintenance for each machine. The contractor will assist the end user remotely within one hour of the initial contact. If the issue requires a service visit, the contractor will schedule a visit to occur no later than the next business day. AQL: Initial effort to solve maintenance issue will take place within 24 hours of complaint. Contractors response time, positive interaction, and success in solving the maintenance issue. Periodic surveys sent to the end user. Customer feedback form provided to the end users at the beginning of the contract. COR will conduct periodic surveys with the end user to determine the effectiveness of the maintenance visits. Customers will submit a customer feedback form any time they have a question, complaint, compliment, or suggestion in regard to the contractor s service. 4.2.1 The contractor will provide on hand consumable supplies for each machine on a scheduled basis. These are supplies that are needed for the machine for its normal operations. Presents of these types of supplies Periodic visual inspection Can be conducted by the COR or end user. COR will initiate inspection. Task Standard Inspect What Inspect How Inspect Who 4.2.2 The contractor will provide consumable supplies as needed for each machine. As needed supplies will be delivered or shipped within 2 business days of the request. Units that are located in direct patient care areas will be permitted to request back up supplies. AQL: The contractor will work with the end user to ensure that no downtime errors occur due to supply shortages. Timeliness of supply delivery. Amount of supplies allotted for direct patient care areas. Periodic surveys sent to the end user. Customer feedback form provided to the end users at the beginning of the contract. COR will conduct periodic surveys with the end user to determine the timeliness of supply delivery. Customers will submit a customer feedback form any time they have a question, complaint, compliment, or suggestion in regard to machine supplies provided. 4.3.1 The contractor will submit a monthly report detailing the services provided for the previous month. The report will include any repairs, parts replacements and supplies delivered. AQL: This report will be presented each month prior to the certification of the monthly invoice. The completeness of the report. The content of the report. Monthly review of the report. The COR will review this report. 4.3.2 The contractor will provide an itemized list of supplies that have been provided for each machine. This will include all consumable supplies. AQL: This report will include the request date and the ship date for each item. Presentation of information in question. Periodic poll of the end user. The COR will engage the contractor for the report. PRICE SCHEDULE The full list of current copiers to be maintained shall be found in the Equipment listing. Note this Equipment listing is an estimate based upon current need and additional devices of the models included in the schedule may be added/subtracted as needed. BASE 12 MONTHS: October 1, 2018 through September 30,2019 CLIN Description Est Qty Unit Unit Price Total Price 1a. 1b. Maintenance of Kyocera FS-3640 copier as described in the Statement of Work. Black/White Copy overages for copies in excess of 5,000 Please quote rate per copy for copier overages 12 1 Mo. EA $ ________ $ ________ $ ________ 2a 2b Maintenance of Kyocera ECOSYS FS-6530 MFP copier as described in the Statement of Work. Black/White Copy overages for copies in excess of 5,000 Please quote rate per copy for copier overages 12 1 MO. Ea. $___________ $___________ $___________ 3a 3b 3c Maintenance of Kyocera TA 4551ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ 4a 4b 4c Maintenance of Kyocera TA PF740/ 4550ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ 5a 5b 5c Maintenance of Kyocera TA 6551ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ OPTION YEAR I: October 1, 2019 through September 30,2020 OPTION YEAR I: October 1, 2019 through September 30,2020 CLIN Description Est Qty Unit Unit Price Total Price 1a. 1b. Maintenance of Kyocera FS-3640 copier as described in the Statement of Work. Black/White Copy overages for copies in excess of 5,000 Please quote rate per copy for copier overages 12 1 Mo. EA $ ________ $ ________ $ ________ 2a 2b Maintenance of Kyocera ECOSYS FS-6530 MFP copier as described in the Statement of Work. Black/White Copy overages for copies in excess of 5,000 Please quote rate per copy for copier overages 12 1 MO. Ea. $___________ $___________ $___________ 3a 3b 3c Maintenance of Kyocera TA 4551ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ 4a 4b 4c Maintenance of Kyocera TA PF740/ 4550ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ 5a 5b 5c Maintenance of Kyocera TA 6551ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ OPTION YEAR II: October 1, 2020 through September 30,2021 OPTION YEAR I: October 1, 2019 through September 30,2020 CLIN Description Est Qty Unit Unit Price Total Price 1a. 1b. Maintenance of Kyocera FS-3640 copier as described in the Statement of Work. Black/White Copy overages for copies in excess of 5,000 Please quote rate per copy for copier overages 12 1 Mo. EA $ ________ $ ________ $ ________ 2a 2b Maintenance of Kyocera ECOSYS FS-6530 MFP copier as described in the Statement of Work. Black/White Copy overages for copies in excess of 5,000 Please quote rate per copy for copier overages 12 1 MO. Ea. $___________ $___________ $___________ 3a 3b 3c Maintenance of Kyocera TA 4551ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ 4a 4b 4c Maintenance of Kyocera TA PF740/ 4550ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ 5a 5b 5c Maintenance of Kyocera TA 6551ci copier as described in the Statement of Work Black/White Copy overages for copies in excess of 6000 Please quote rate per copy for copier overages Color Copy overages for copies in excess of 2000 Please quote rate per copy for copier overages 12 1 1 MO. Ea. Ea. $___________ $___________ $___________ $___________ Manufacturer Model Serial KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2Y00069 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2X00064 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2Y00070 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2Y00067 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2X00061 KYOCERA ELECTRONICS ECOSYS 6530 MFP 4LS2800007 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2800017 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2800024 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2900055 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2900056 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S290042 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2900040 KYOCERA ELECTRONICS ECOSYS 6530 MFP L4S2900038 KYOCERA ELECTRONICS FS-3640MFP NNE2606944 KYOCERA ELECTRONICS PF740/4550C1 NHM2100063 KYOCERA ELECTRONICS TASKALFA 4551ci LP84300034 KYOCERA ELECTRONICS TASKALFA 6551ci V3M5700009 Equipment Listing: Current equipment listing. Note this is an estimate based upon current need and additional devices of the models included in the schedule may be added/subtracted as needed. The delivery/task order period of performance is October 1, 2018 to September 30,2019, with an additional two one-year options to be exercised at the discretion of the government. Place of Performance Address: VA Iliana Healthcare System 1900 East Main Street Danville Illinois Postal Code: 61832-5198 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the lowest-priced offer meeting or exceeding the acceptability standards for non-cost factors. The government will evaluate information based on the following evaluation criteria: DOCUMENTATION OF TECHNICAL ACCEPTABILITY The following Evaluation Factors will be used as the basis for determining Technical Acceptability: FACTOR 1: QUALIFICATIONS OF KEY PERSONNEL To be Technically Acceptable, offerors must demonstrate that they have the personnel who possess the appropriate qualifications and experience to perform the services as identified in the Statement of Work. Offerors shall provide the following information on each proposed contract provider: A. Provide a list of the names Key Personnel to be utilized in the performance of this contract and a description of the particular services to be provided by such personnel. B. Documentation confirming the Contractor personnel s proof of having One (1) Year of experience regarding the requirements of the Statement of Work C. Documentation of personnel having completed a formalized training program for all equipment covered under this contract. FACTOR 2: MANAGEMENT CAPABILITY To be Technically Acceptable, offerors must demonstrate that the firm s management possesses the required knowledge, experience, plans, controls, approach and other capabilities to perform the services as identified in the Statement of Work. Offerors shall provide the following information: A. Describe firm s ability to provide the full range of services as outlined in the statement of work B. Describe firm s knowledge and experience in servicing the equipment identified in the solicitation C. Demonstration that the contractor is an authorized provider for the type of device (s) referenced and has access to OEM certified parts and Supplies. FACTOR 3: PAST PERFORMANCE To be Technically Acceptable, the information reviewed by the Government shall clearly indicate that the offeror possesses the ability to satisfactorily perform the contract. Past Performance evaluations will be conducted using information provided with the offer, information obtained from references, information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS) and information from any other sources deemed appropriate. When evaluating past performance, the Government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor s performance. An offeror that has no available relevant past performance history will not be evaluated favorably or unfavorably. Such offerors may submit relevant past performance information regarding: predecessor companies; key personnel who have relevant experience; or subcontractors that will be performing major or critical aspects of this requirement; The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance. Offerors may provide information on problems encountered on the identified contracts and the offeror s corrective actions. The Offeror shall list a minimum of one (1) and a maximum of five (5) most recent completed projects of similar size and scope during the last three (3) calendar years along with Point of Contact (POC) information (Name, Address, Telephone Number, Email Address and Fax Number) of a POC of the owner of those projects or person who represented the owner and would have the most detailed information about the Offeror s performance. PRICE QUOTATION The Price shall include all labor, materials, project management, supplies and supervision. Price will be evaluated by the Contracting Officer for all ordering periods to determine reasonableness and may be evaluated to determine whether the price realistically supports the requirements of the solicitation. If more than one offer is received, the prices from the offers will be entered into an abstract or documented in the Contracting Officer s Award Decision. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [insert date of provision] 52.216-1 TYPE OF CONTRACT-The Government contemplates award of a firm fixed-price Indefinite Delivery Requirements contract resulting from this solicitation. 852.215-70 SERVICE DISABLED VETERAN OWNED AND VETERAN OWNED SMALL BUSINESS EVALUATION FACTORS VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] 52.216-18 ORDERING (OCT1995)- (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by a NCO12 Contracting Officer with the appropriate warrant authority to bind the government. Such orders may be issued from October 1,2018 through September 30,2021. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be placed by designated individuals in the NCO12 Contracting office by phone, fax, or e-mail. 3. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $100,000.00; (2) Any order for a combination of items in excess of $100,000.00; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within Five (5) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 REQUIREMENTS(OCT1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS CONTRACTORS (DEC 2013) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL2018) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2018] The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) (4), (8),(14), (22), (25), (26), (27), (28), (30), (31), (32), (33) (i), (42), (49), (55) Subparagraph (c)(2), (3), (5), (8), and (9) All quoters shall submit the following: one (1) copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote. All quotations shall be sent to the Contracting Officer via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov. Quotations shall be submitted as described below: If submitting via U.S.P.S. regular mail, commercial overnight delivery or hand-delivered, submit the proposal to the following address: Kevin Adkins VA Iliana Healthcare System 1900 East Main Street Building 102 Room 103J Danville, Illinois 61832 This is an open-market Total Small Business set aside combined synopsis/solicitation for Document Center Maintenance as defined herein. The government intends to award a Firm Fixed Price Requirements Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4PM CDT September 7,2018 Late submissions shall be treated in accordance with the solicitationprovision at FAR 52.212-1(f). Emailed quotes are accepted and preferred. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Kevin Adkins at kevin.adkins@va.gov Point of Contact Kevin Adkins Contracting Officer 217-554-4544 Office 217-554-3206 Fax kevin.adkins@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9765/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q9765 36C25218Q9765_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555634&FileName=36C25218Q9765-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555634&FileName=36C25218Q9765-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25218Q9765 36C25218Q9765_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555634&FileName=36C25218Q9765-001.docx)
- Place of Performance
- Address: VA Iliana Healthcare System;1900 East Main Street;Danville IL
- Zip Code: 61832
- Zip Code: 61832
- Record
- SN05050480-W 20180824/180822231138-a064be7938bc70e375fa9c16b72ea9a3 (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 |