Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2005 FBO #1410
SOLICITATION NOTICE

W -- SD Air National Guard CPC

Notice Date
10/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
114 FW/LGC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
 
ZIP Code
57104-0264
 
Solicitation Number
W912MM-06-B-0001
 
Response Due
10/21/2005
 
Archive Date
12/20/2005
 
Small Business Set-Aside
Total Small Business
 
Description
PRESOLICITATION NOTICE for digital copiers/printers/printers on a Cost-per-Copy (CPC) basis to support the South Dakota Air National Guard (SDANG) activities. Resultant contract shall be for a base period of 11 months, with 4 option periods of 12 mo nths each. The copier equipment must be installed by 1 Nov 2005. The CPC price shall remain the same for the initial contract period and for each option period exercised by the Government. The volume of copies is estimated to be 1 million copies per eac h 12 month period. This requirement involves approximately 21 Contractor-owned, black toner, plain paper copiers/printers complete with supplies, maintenance, and repair services. Prior to issuance of the solicitation document, the Government will determ ine actual number of copiers/printers required. Contractors personnel and equipment shall be utilized to deliver/install the contractor-owned copiers/printers within SDANG facilities. The Contractor-owned copiers/printers are to be digital copiers/print ers as set forth in the Statement of Work (SOW). Contractor is to provide all supplies for the copiers/printers except paper and transparencies directly to the designated SDANG Key Operators. The Government reserves the right to increase/decrease the num ber of contractor-owned copiers/printers by 20% over the duration of the contract without an increase in cost to the Government. The +/- 20% in number of copiers/printers is exclusive of any equipment changes requested by the contractor. It will be the C ontractors responsibility to provide sufficient management, as well as qualified, trained and certified service and delivery personnel in sufficient number to service and support the requirements under the contract within the specified response times. An enhancement to the copiers/printers may be requested at some future point during the contract period to interface the copiers/printers. The Government will request a proposal from the contractor for this enhancement if/when the Government determines its feasible. No subcontractor will be utilized for any of the items within this contract. All equipment repairs shall be completed by certified/authorized service technicians. Response calls for service shall be accomplished between 7:30 AM  5 PM Tuesday through Friday (excluding Federal Holidays), but shall not exceed eight (8) hours to analyze problems and complete necessary repairs. The Contractor shall provide one central location for contacts and will include an 800 number, or accept collect telepho ne calls from SDANG personnel, e-mail address or fax as a means to coordinate the placement, relocation, maintenance, repair, request for supplies, etc. for the copiers/printers within the contract. Interested concerns must be able to provide written noti fication that includes references for similar work, to include points of contact and telephone numbers, and demonstrate the ability to service all copier locations in the required response time. This acquisition shall be 100% small business set-aside. Th e appropriate NAICS is 532420 (formerly SIC 7359). For NAICS 5324 the applicable small business size standard, including affiliates, is no more than $21M average revenue for three previous years. The solicitation and any amendments will be available at t he Website, http://sdguard.ngb.army.mil and then by selecting Contracting. It is anticipated that the solicitation will be available at this website o/a 7 October 2005. No award shall be made unless the Contracting Officer makes an affirmative determin ation of responsibility, to include past performance, for the potential contractor. Potential contractor must complete the Central Contractor Registration process prior to award of contract. Tentative IFB solicitation response date is 21 October 2005.
 
Place of Performance
Address: 114 FW/LGC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
Zip Code: 57104-0264
Country: US <SOURCE>ftpArmy
 
Record
SN00908996-W 20051006/051004212047 (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.