Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 28, 2001 PSA #2986
SOLICITATIONS

J -- J -- OFFICE MACHINE MAINTENANCE

Notice Date
November 26, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, 821SPTS, 821 SPTS/LGC, 320 N. Beaver Creek St (MS 84), Buckley AFB, CO, 80011-9509
ZIP Code
80011-9509
Solicitation Number
FA2543-02-T-COPY
Response Due
November 30, 2001
Point of Contact
Don Morgan, Contracting Specialist, Phone 303-677-9953, Fax 303-677-6443, Email don.morgan@buckley.af.mil
Description
This is a combined synopsis/solicitation for a commercial item 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; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This solicitation is a Request for Quotation (RFQ) and is unrestricted with North American Industrial Classification System Code (NAICS) Code is 811212, size standard $18,000,000. The contractor shall provide all personnel, transportation, equipment, tools, materials, repair parts, (new or remanufactured) and all other items to repair and maintain the following: Line Item 1- 8 each Sharp model SHA-SD2060. Line Item 2- 8 each Sharp model SHA-SD2260 copiers. Line Item 3- 3 each AR-5132 Network copiers. Line Item 4- 4 each SHA-FO2850. Line Item 5- 4 each SHA-FO4850, Line Item 6- 6 each SHA-FO5450. Line Item 7- 1 each SHA-FO6500. Line Item 8- 15 each SHA-FO6600, Fax machines. All accessories for the copiers fax machines and network hookups to be included. The proposal should be predicated on an estimated 2,610,00 copies per year for all copiers. The service agreement will be for unlimited repair calls per month. The contractor will not provide supplies. Service is to be provided within 4 hours after the call for service is placed. Service is to be provided at HQ ARPC/SCS 6760 E Irvington Place #6700, Denver Colo. 80280-6700. The contractors service personnel shall be factory trained and authorized by Sharp Electronics Corporation. The government will award a firm fixed price contract. The period of performnace will be 12 months. The following provisions and clauses apply to this acquisition: The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items, FAR 52.212-2 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. The following factors shall be used to evaluate offers: Price, and Past Performance. FAR clauses 52.212-4 Contract Terms and Conditions -- Commercial Items, FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. {52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate l, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-41 Service Contract Act of 1965, as Amended. (5/89), 52.222-42 Statement of Equivalent Rates for Federal Hires. 5/89, 52.225-3 Alternate 1 Buy American Act-Supplies-North American Free Trade Agreement- Israeli Trade Act-Balance of Payments Program, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-16 Sanctioned European Union Country End Products, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels with Alternate 1], 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial items (XXX2001) (Deviation), 252-212-7001 with the following application clauses fpr paragraph b: [252.225-7016 Alternate 1 Restrictions on Acquisition of Roller Bearings, 252.225-7036 Alternate 1 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea]. 252.204-7004 Required Central Contractor Registration 11/01 apply to this acquisition.} FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items shall be completed and submitted with the proposal: The full text of the FAR and DFARS can be accessed on the Internet at http://farsite.hill.af.mil. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices, but must include the following information: Companys complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the companys CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and past performance. Potential contractors must be registered in the Central Contractor Registry to be eligible for award. (See internet site: https://ccr.dlsc.dla.mil ) All responsible sources may submit an offer, which shall be considered by the agency. Offerors are encouraged to put all inquires in writing and fax them directly to the Contracting Officer at (303) 677-6443. Offers are due no later than 2:00 PM MT 30 November 2001. Offers must be in writing and must include a signature. Offers are due no later than 2:00 PM MST on 30 November 2001 at 460 LS/LGCAA, Attn: Don Morgan, 320 N. Beaver Creek St (MS84), Buckley AFB, CO 80011-9509. Quotes may be faxed at (303) 677-6443. For information contact Don Morgan, Contract Specialist at (303) 677-9953, or Dave Cole, Contracting Officer, (303) 677-9945.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/821CONS/FA2543-02-T-COPY/listing.h tml)
Record
Loren Data Corp. 20011128/JSOL001.HTM (D-330 SN513714)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on November 26, 2001 by Loren Data Corp. -- info@ld.com