Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOLICITATION NOTICE

J -- Printer Maintenance Services

Notice Date
4/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-04-T-9033
 
Response Due
4/21/2004
 
Point of Contact
Kristine Boyles, Contracting Officer, Phone 202-685-5964, Fax 202-685-5965,
 
E-Mail Address
kristine.boyles@navy.mil
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, 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 is a Firm Fixed Price requirement. (ii) Solicitation Number: Request For Quotations N00033-04-T-9033. (iii) The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-22. (iv) This RFQ is a 100% set-aside for Small Disadvantaged Businesses in accordance with FAR Subpart 19.5. NAICS Code is: 811212 and size standard is: $21.0 million. (v) The following CLINs apply: CLIN 0001, Base Period, Preventive and Corrective Maintenance, 5 months; CLIN 0002, Base Period, Replacement Parts and Supplies, 1 Lot, Estimated $8,333; CLIN 0003 Option Year 1, Preventive and Corrective Maintenance, 12 months; CLIN 0004, Option Year 1, Replacement Parts and Supplies, 1 Lot, Estimated $20,000; CLIN 0005 Option Year 2, Preventive and Corrective Maintenance, 12 months; CLIN 0006, Option Year 2, Replacement Parts and Supplies, 1 Lot, Estimated $20,000; CLIN 0007 Option Year 3, Preventive and Corrective Maintenance, 12 months; CLIN 0008, Option Year 3, Replacement Parts and Supplies, 1 Lot, Estimated $20,000; CLIN 0009 Option Year 4, Preventive and Corrective Maintenance, 12 months; CLIN 0010, Option Year 4, Replacement Parts and Supplies, 1 Lot, Estimated $20,000. (vi) Statement of Work 1.0 OBJECTIVE The objective of this order is to obtain a maintenance agreement for multiple printers owned and operated by MSC Headquarters. 2.0 SCOPE The contractor shall provide preventive and corrective maintenance as specified in this Statement of Work (SOW) and replacement parts and supplies needed to keep the covered printers fully operational. 3.0 TASKS The Contractor shall perform the services below: 3.1 Provide Maintenance: The contractor shall provide maintenance to cover the printers listed in Attachment 1 and any additional printers that may be added to the maintenance agreement following concurrence of both the contractor and the Government. Maintenance shall be provided as follows: 3.1.1 Provide Preventive Maintenance as required. 3.1.2 Provide Corrective Maintenance as required on an on-call basis. The response time shall be as follows: The contractor responds in person by the afternoon of the same business day of the maintenance call if contacted by phone, fax or e-mail before 8am. If contacted after 8am, the contractor responds in person by noon of the following business day. For purposes of this Statement of Work (SOW) the working hours of the customer (MSC) are 7AM to 3PM. 4.0 DELIVERABLES The following deliverable will be provided by the completion date identified in the Milestone/Deliverable Table: Monthly Status Reports. 4.1 Monthly Status Reports: The following section provides additional details for the content of the Monthly Status Report provided to MSC by the Contractor. The Contractor shall prepare and submit to the customer, no later than the tenth working day of the following month, a Monthly Status Report for the previous month. The Monthly Status Report shall contain, at a minimum, the following information: · A listing of the service calls made during the reporting period (to include the printers serviced, date of service, technician providing service, and associated ticket number if parts were required for service). · Discussion of any major problems/issues and recommendations for correction. 5.0 ATTACHMENTS Attachment 1: Printers Covered Under Maintenance Agreement Attachment 2: Market Basket Items These attachments may be accessed through MSC’s website: http://procurement.msc.navy.mil/. Click on “Active Requests for Proposals”, then choose RFQ number and click on “Search”. 6.0 PERFORMANCE STANDARDS This is a performance-based requirement in accordance with FAR 37.6. The performance standards are as follows: 6.1 Responsiveness Acceptable: Corrective Maintenance as required on an on-call basis. The contractor responds in person by the afternoon of the same business day of the maintenance call if contacted by phone, fax or e-mail before 8am or the contractor responds in person to MSC by noon of the following business day if contacted after 8am. For purposes of this Statement of Work (SOW) the working hours of MSC are 7am to 3pm. Unacceptable: The contractor fails to respond in person to MSC by the afternoon of the same business day of the maintenance call if contacted by phone, fax or e-mail before 8am or the contractor fails to respond in person to MSC by noon of the following business day if contacted after 8am. Deduction: For each unacceptable instance of responsiveness based on the above criteria, $10 may be deducted from the contractor’s monthly invoice per 24 hours of delay for Maintenance Services. 6.2 Printer returned to service. Standard: The contractor provides normal replacement items (i.e. fixer rollers and other typical parts requiring periodic replacement) and supplies such as toner, and returns the printer to satisfactory service during the initial visit. Acceptable: The contractor arrives at MSC and does not have the necessary parts to return the printer to satisfactory service that same day. The contractor returns the next business day with the necessary parts and returns the printer to satisfactory service. Unacceptable: The contractor is unable to obtain and install required parts and return the printer to satisfactory service within two (2) business days. Deduction: For each unacceptable instance based on the above criteria, $10 may be deducted from the contractor’s monthly invoice per 24 hours of delay for returning the printer to satisfactory service. If the delay is due to unavailability of replacement parts or supplies, the contractor must provide proof of unavailability along with a proposed schedule for returning the printer to satisfactory service. If the parts are so rare that they cannot be obtained in a timely manner, MSC has the option to remove the printer from the maintenance agreement and receive a pro-rata credit of the price of the warranty as applicable to the printer in question for the remainder of the warranty period. 7.0 SCHEDULE 1. Post award conference with MSC: 1 Week after Award 2. Base Period: 1 May 2004 through 30 Sep 2004 3. Option 1: 1 Oct 2004 through 30 Sep 2005 4. Option 2: 1 Oct 2005 through 30 Sep 2006 5. Option 3: 1 Oct 2006 through 30 Sep 2007 6. Option 4: 1 Oct 2007 through 30 Sep 2008 (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition, with the following addendum: The proposal shall include the following information: 1. Price: Offerors shall provide a firm fixed price on a monthly basis for CLINS 0001, 0003, 0005, 0007 and 0009. The amounts for CLINs 0002, 0004, 0006, 0008 and 0010 are estimated and the Government does not guarantee the total amount for each CLIN. The estimate for replacement parts and supplies set forth in the Schedule of Supplies and Services is based on historical information and is the Government’s best estimate. 2. Technical: (a) Offerors must provide information or literature to demonstrate that requirements of the Statement of Work are understood and met. Offerors are to address their plan for providing preventive maintenance and how they plan to respond to calls for corrective maintenance in a timely manner. (b) Offerors shall provide a Price List for the Market Basket items listed in Attachment 2. These prices shall reflect the actual cost of the parts and supplies and shall include applicable shipping/handling fees of material to the offeror or to MSC Headquarters, Washington, DC. The offeror shall not burden the prices with profit, overheads or labor costs associated with ordering, handling or issuing replacement parts and supplies. The offeror shall provide the following support for the price list: Explain the basis of each offered price, its relationship to catalog prices (i.e. percent (%) discount offered off of the catalog price for this order), how prices are developed and list all shipping/handling fees. 3. Past Performance: Offerors must provide information to demonstrate that the offeror has an acceptable record of past performance and has provided similar scope and complexity of the supplies and services in the SOW in a timely manner. Note that contractors must be registered in the Department of Defense CCR to receive awards. Registration information is available at http://www.ccr.gov. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies. The Government will award an order resulting from this RFQ to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government considering price, technical and past performance factors. Award, if any, will be made on a best value basis to the company submitting a technically acceptable quote. To be technically acceptable, the offeror must meet and understand the requirements of the SOW and must have an acceptable record of past performance. The Government may determine that an offer is unacceptable if the market basket pricing provided in the technical proposal does not appear to be fair and reasonable. Best Value will consist of a trade-off analysis of the following factors: Price, Technical and Past Performance. Technical and Past Performance combined are more important than price. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items-Alternate I, with proposals. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with the following addendum: The prices for replacements parts and supplies submitted for payment by the contractor shall reflect the actual cost of the parts and supplies to the contractor and shall include applicable shipping/handling fees of material to the contractor or to MSC Headquarters, Washington, DC. The contractor shall not burden the prices with profit, overheads or labor costs associated with ordering, handling or issuing replacement parts and supplies. The contractor shall include no profit or mark-up on the price of items offered to the Government. The contractor shall provide the following support for the prices if requested by the Government: Explain the basis of each price, its relationship to catalog prices (i.e. percent (%) discount offered off of the catalog price for this order), how prices are developed and list all shipping/handling fees. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (1) 52.203-6, (5) 52.219-6, (7) 52.219-8, (9) 52.219-14, (13) 52.222-3, (14) 52.222-19, (15) 52.222-21, (16) 52.222-26, (17) 52.222-35, (18) 52.222-36, (19) 52.222-37, (24) 52.225-13, (29) 52.232-33, (32) 52.239-1 apply. (xiii) The following clauses are also incorporated: FAR 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration and/or Repair of Certain ADP, Scientific and Medical and/or Office and Business Equipment – Contractor Certification; FAR 52.232-18 Availability of Funds; DFARS 252.204-7000 Disclosure of Information; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Offerors must include a completed copy of the provision 252.212-7000, Offeror Representations and Certifications - Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, specifically, 52.203-3, 252.225-7012, 252.225-7014, 252.225-7036, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023, and 252.247-7024. Additionally, FAR 52.217-8, Option to Extend Services and FAR 52.217-9, Option to Extend the Term of the Contract, fill-in paragraph (a) prior to purchase order expiration, (c) 60 months, apply. (xiv) No DPAS rating is applicable. (xv) Numbered Notes: None Apply (xvi) Offers are due by 1000 hours local time, Wednesday 21 April 2004. Proposals may be submitted via or email (Kristine.Boyles@navy.mil). (xvii) For further information contact Kris Boyles at (202) 685-5964 or by email as shown above. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/MSC/MSCHQ/N00033-04-T-9033/listing.html)
 
Place of Performance
Address: Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
Record
SN00597042-F 20040605/040603213157 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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