Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2020 SAM #6845
SOLICITATION NOTICE

70 -- Multi-Functional Device Maintenance

Notice Date
8/24/2020 6:54:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA8650-20-R-4379
 
Response Due
9/4/2020 2:00:00 PM
 
Archive Date
09/19/2020
 
Point of Contact
Robin Marks
 
E-Mail Address
robin.marks@us.af.mil
(robin.marks@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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.� Solicitation Number FA8650-20-R-4379 is issued as a Request for Proposal (RFP).� This solicitation document incorporates provision and clauses in effect through Federal Acquisition Circular 2019-01 (20 Dec 2018).� This acquisition is a total small business set-aside. The NAICS Code is 511210.� Small business size standard is $41.5 million. The Performance Work Statement (PWS) requirements are as follows: 2 hour service and maintenance of multi-function device (MFD) printers and nominally located in AFRL HQ Building 15, 16, and 45, from a local small business. Contractor shall include all OEM consumable toner and non-consumable parts and labor for the term of this contract for the MFDs that are supplied as part of this contract and GFE. Contractor shall recycle or dispose of toner cartridges for printers. Contractor shall manage printers IAW government regulations and efficiency initiatives. Contractor shall configure user interface and printer management consoles for routine printer use, incorporate requirements and provide any special instructions to AFRL HQ IT support personnel. The contractor shall provide service by a vendor support certified technician no later than 2 hours after receiving a service call for: Ongoing security updates and configuration changes due to gov�t security requirements Troubleshooting MFD errors and malfunctions Preventative maintenance OEM parts including all consumable toner cartridges Repair of all MFD functionality MFD Service Make suggestions for increasing printer efficiency MFD equipment moves (Moves shall be billed separately, with anticipated payment by GPC holder in AFRL/DSO) Contractor shall provide Annual maintenance and support for the listed devices and their corresponding print totals per the attached PWS (attachment 1) Contractor shall ensure the following security requirements necessary to attached MFD devices to the Air Force network (AFNet). Common Access Card (CAC) Enabled Hard Drive FIPS 140-2 Compliant, AES 256 Encryption Capable IPV6 Capable Scan to Email with Encryption-AES 256 for attachments (for PII documents) Scan to Email with Digital Signature for attachments (sign w/user CAC Credentials) Scan to Network File Shares w/User CAC and Active Directory Credentials Common Criteria Compliant (or Pending) if applicable DISA MFD and Network Printer STIG (current version v2r3 dated 25 Oct 2013 as of the date of this contract) Compliant� (includes some of the previous items) and remediation or implementation of future STIG requirements or revisions Vendor support of Hard Drive and Defective Media Retention (gov�t keeps possession of MFD drives and storage media at all times) Contractor shall honor manufacturer�s warranties for devices purchased by US Government as replacement.� Government will make final decision on whether a printer should be decommissioned or otherwise become obsolete. The Performance Objectives are as follows: All service calls are resolved within 2 hours of the service call during the work week or within 2 hours of the next working day following weekend or federal holidays.� If non available part(s) is/are required, contractor shall notify the cognizant government representative of estimated completion date and make repairs within 24 hours of receiving the part(s). All MFD�s provide functionality of reasonably expected quality (Original Manufacturer specifications). No security incidents or property damages are incurred as a result of contractor efforts. Full functionality of MFDs shall be available to AFRL HQ users, unless otherwise disabled for security or efficiency initiatives. Contractor shall install OEM parts.� Government representative makes the determination. Contractor shall not have repeat service calls beyond 1 call back for the same service issue. Contractor shall be a certified repair facility or shall provide proof of certification (Kyocera) for their repair personnel. Contractor has contributed to efficient service and maintenance. The contractor must be registered in SAM prior to award.� The government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government.� The Government reserves the right to not make an award at all. This requirement has a Period of Performance (PoP) of 12 months with an option for a second year.� As stated above the contractor will need to do all maintenance on site.� All proposals are due by 5:00 PM ET on 4 September 2020 via e-mail to robin.marks@us.af.mil. Any proposal, modification, or revision that is received after the exact time specified for receipt of proposals will not be considered. ***See FAR 52.212-1 and FAR 52.212-2 for detailed proposal instructions and evaluation criteria.� The Lowest Price Technically Acceptable (LPTA) will be used.� This will have a one (1) year option after the initial one (1) year period. *** ***52.212-3 should be completed in your Representations and Certifications via SAM. *** ***FAR 52.212-4 and FAR 52.212-5 both apply to this acquisition.*** ***Provision 52.204-24 (Attachment 2) must be filled out and signed and submitted with every proposal.� A proposal will not be considered if this is not signed and submitted with the proposal before closing date. *** To ensure a competitive balance, at the Contracting Officer�s discretion, questions concerning this RFP will only be accepted until 1 September 2020, 3:00 PM ET. Questions shall be submitted by email to to robin.marks@us.af.mil. Be advised that offerors are not permitted to deliver proposals in person.� Mailed proposals are likewise not accepted. The Government reserves the right to cancel this solicitation, either before or after the closing date.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/260f61d29c744a25b27d6bfa2118e4dd/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05771526-F 20200826/200824230154 (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.