Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

J -- Color Duplicator Service- ILARNG

Notice Date
8/7/2020 7:19:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
W7M6 USPFO ACTIVITY IL ARNG SPRINGFIELD IL 62702-2399 USA
 
ZIP Code
62702-2399
 
Solicitation Number
W91SMC
 
Response Due
8/12/2020 12:00:00 PM
 
Archive Date
08/27/2020
 
Point of Contact
Thuy Duong T. Le, Phone: 217-761-3927
 
E-Mail Address
thuyduong.t.le.civ@mail.mil
(thuyduong.t.le.civ@mail.mil)
 
Description
(i) 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; offers are being requested and a written solicitation will not be issued.� It is the Government�s intention to award without discussions.� The Government reserves the right to hold discussions. (ii) This solicitation, W91SMC-20-Q-1012 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective 02 July 2020. (iv) This is not a small business set-aside.� It is open to all businesses.� The associated North American Industry Classification System (NAICS) code is 811212 and the small business size standard is $30,000,000. (v)�The�attached excel spreadsheet�table show the list of line items, quantity, and unit of measure. (vi) This solicitation is for service and support for a Ricoh Pro C7210X high volume color digital printing press.� This includes service and maintenance, repair and/or replacement, and diagnostic service calls for the Ricoh Pro C7210X.� The contractor shall furnish all labor, transportation, parts, equipment, and all required supplies to include ink cartridges, waste bottles, and staples (except paper) necessary for operation of the printing press.� See attached Performance Work Statement (PWS) for further description of specifications. (vii) The contractor shall provide service at the Camp Lincoln Reproduction Shop, 1301 N. MacArthur Blvd, Springfield Illinois 62702.� The period of performance shall be one base year of 12 months and four 12-months option years.� Services shall start 20 August 2020.� (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.�� The addenda for this provision is as follows: Responders should include all documents and information requested submitted in accordance with the instructions herein. Quotations shall be submitted prior to the closing date and time of 12 August 2020 at 02:00 PM Central Standard Time (CST).� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following contract specialist: Thuy Duong Le at thuyduong.t.le.civ@mail.mil and Donald Piper at donald.g.piper6.mil@mail.mil. All questions regarding this RFQ shall be submitted via email to: Thuy Duong Le at thuyduong.t.le.civ@mail.mil and Donald Piper at donald.g.piper6.mil@mail.mil.� All questions are due by 06 August 2020 by 11:00 AM CST.� The Government is not obligated to answer questions. The submission of the documentation specified below will constitute the offeror�s acceptance of the terms and conditions of the PWS in the RFQ.� Questions should be posted by the due date listed above.� It is the Government�s intention to award without discussion.� Offerors are encouraged to present their best quote and prices in their initial submission.� The Government reserves the right to hold discussions. Quote Format: Offeror shall provide the following when submitting their RFQ.� Failure to submit all of the following�item items will render the Offeror non-compliant and ineligible for award. ��i) Documentations that shall cover the following items (15 pages maximum): 1) RFQ shall including pricing for the base plus 4 option years. 2) RFQ shall have information that will address all of the items under Factor 1-Technical Performance under section 52.212-2. 3) RFQ shall provide the representation FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. �(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. ADDENDUM TO FAR Part 52.212-2 Evaluation � Commercial Items (OCT 2014) (a) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13.� The solicitation is full and open through Contract Opportunities.� 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. Upon closing, the offers will be evaluated using Lowest Price Technically Acceptable (LPTA) evaluation criteria.� The following factors shall be used to evaluate offers: Factor 1- Technical Performance: (a) The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the Performance Work Statement (PWS).� Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions: Can the vendor meet the Period of Performance (1 base year + 4 option years) as outlined in part 1.3 of the PWS? Can the vendor provide the maintenance and service support as outlined in�part 5.1 of the PWS? Can the vendor provide the supplies as outlined in�part 5.2 of the PWS? Is the vendor an authorized Ricoh product reseller or certified to provide service on Ricoh devices as outlined in�part�1.4.7 of the PWS? �The Government will determine the vendor to be Technically Acceptable only if all answers to the above questions (1-4) are �Yes�. � Factor 2- Pricing: (a) The government will evaluate all technically acceptable offerors� prices.� Pricing will not be scored or rated and will not be considered unless the quotes technical acceptability in factor 1 are graded as acceptable. � (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 options. � (c) As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror�s final period price to the offeror�s total price. Thus, the offeror�s total price for the purpose of the evaluation will include the base period, total of options, and one-half of the last year option to determine the price basis. Offerors are required only to price the base and each option. Offerors shall not submit a price for the potential one-half year extension of services period. � (d) In terms of �price reasonableness�, the Government will focus on whether the price is too high or too low to be considered fair and reasonable.� In terms of �completeness�, the Government will focus on whether the price appears to cover all of the work identified in the PWS.� � (e) 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. � �(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.� The offeror may also include a statement that all Offeror Representations and Certifications are available within their System for Award Management (SAM) Registration. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:� The following provisions are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.203-6 Alt I, Restrictions on Subcontractors Sales to the Government- Alternate 1 FAR 52.204-4, Printed or Copied-Double Sided on Post-Consumer Fiber Content Paper FAR 52.204-7, System for Award Management. FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.204-20, Predecessor of Offeror FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25, ""Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment"" FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations�Representation FAR 52.209-6, Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law FAR 52.217-5, Evaluation of Options FAR 52.219-4. Notice of Price Evaluation Preference for HUBZone Small Business Concern FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity������� FAR 052.222-37, Employment Reports on Veterans FAR 52.222-48, Exemption from Application of Service Contractor Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Certification FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-54, Employment Eligibility Verification FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Requirements FAR 52.223-3, Convict Labor FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications FAR 52.228-5, Insurance- Work on a Government Installation FAR 52.232-33, Payment by Electronic Funds Transfer- Systems for Award Management FAR 52.232-36, Payment by Third Party FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.201-7000, Contracting Officer�s Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFAR 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offeror DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.222-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.243-7002, Requests for Equitable Adjustments DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items � The following provisions are incorporated by full text.� FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.233-2, Service of Protest FAR 52.252-2, Clauses Incorporated by Reference DFAR 52.222-35, Equal Opportunity for Veterans DFARS 252.232-7006, Wide Area Workflow Payment Instructions. � �(xiii) N/A (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) All questions regarding this RFQ shall be submitted via email to Miss Thuy Duong Le thuyduong.t.le.civ@mail.mil and Donald Piper at donald.g.piper6.mil@mail.mil. All questions�are due by 06 August 2020 by 11:00 AM CST and will be posted as an amendment to this solicitation on or about 10 August 2020 by 03:30 PM CST.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individuals Miss Thuy Duong Le at thuyduong.t.le.civ@mail.mil�and Donald Piper at donald.g.piper6.mil@mail.mil. � (xvi) Information regarding the solicitation may be directed to the point of contact noted above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eca8fa1f965a415799d60a5e2948e147/view)
 
Place of Performance
Address: Springfield, IL 62702, USA
Zip Code: 62702
Country: USA
 
Record
SN05749247-F 20200809/200807230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.