Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2006 FBO #1578
MODIFICATION

J -- Repair and maintenance of faxes and printers

Notice Date
3/21/2006
 
Notice Type
Modification
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, DC, 20503
 
ZIP Code
20503
 
Solicitation Number
OAS-S-06-0004
 
Response Due
3/22/2006
 
Archive Date
4/6/2006
 
Point of Contact
Phillip Rasmussen, Contracting Officer, Phone 202-395-7664, Fax 202-395-3982, - Lynnae Roscoe, Contracting Officer, Phone 202-395-7670, Fax 202-395-3982,
 
E-Mail Address
philip_c._rasmussen@oa.eop.gov, lynnae_c._roscoe@oa.eop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number OAS-S-06-0004 is amended to change the Proposal due date from noon, March 22, 2006 to 8 AM, March 24, 2006 and answer the following questions. 1. Will the contractor be responsible for any systems under warranty? Answer - Yes 2. Should we assume the price is inclusive of parts Answer - No, Labor Hour Rate and Parts are separate. 3. Is there an incumbent? If so who? Answer - Intelligent Resources & Associates Inc, Washington, DC. 4. Can you please clarify the following: under Proposal Requirements, the 2nd sentence states: "inventory including: R?sum? of proposed repair person. I'm unsure of "R?sum?". Answer "R?sum?" is Resume. 5. List the types of Printers and faxes to be repaired. Answer; the following are some of the printers: (BW) HP 4100N, HP 4200N, HP 4300N (COLOR) HP 4500N, HP 4550N, HP 4600N, HP 4650N, HP 4700N, HP 9000 and HP5SiMX printers. Plus Samsung 1430 & 1750, 3 Lexmark 720s Color printers 6. In the first paragraph it states this is a firm, fixed-price for a base period of one year and four (4) one-year option periods. In the first sentence of the SOW it states this is a Time and Materials Contract. Which is correct? Answer; This is a Time and Materials Contract for a base period of one year and four (4) one-year option periods. The hourly rate will be a fixed rate. 7. Is there Parking in the complex available for Van to bring spare parts? Answer; No. The contractor is responsible for parking. 8. When you say next business day... Do you mean next business day response (to assess the problem)? Or next business day repair? Answer - When you arrive the next day to assess the printer problems you should have repair kits to fix normal wear-and-tear problems on-hand. 9. May I provide software to identify any problem with the printers and location (i.e. low toner, paper jam, roller problems, etc.)? Answer - No. The contractor is not authorized to send information outside of the EOP complex nor attach Application software to EOP network. 10. Rather than listing a price for each repair kit, can I propose a percentage off the Manufacture Suggested Retail Price? Answer - Yes, please identify the percentage discount from Manufacture?s Suggested Retail Price, however we would like to see maintenance kit pricing for this year. 11. May I be provided with a complete text of additional EOP clauses added to this solicitation? Answer - Yes, as follows. A) PROHIBITION OF ADVERTISING OF AWARD. The contractor shall not refer to this award in commercial advertising, or similar promotions in such a manner as to state or to imply that the product or services provided is endorsed, preferred, or is considered superior to other products or services by the Executive Office of the President (EOP), the Office of Administration, or the White House. This includes advertising, or similar promotions, in all forms or electronic, broadcast, and print media. In addition, the contractor is restricted from reproducing the image(s) of the EOP in any form of commercial advertising, or similar promotion. This includes images of official seals and buildings. The reproduction of official seals and the images of buildings are a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Officer. B) RESTRICTION AGAINST DISCLOSURE: The contractor agrees, in the performance of this delivery order, to keep the information contained in the source documents furnished by the EOP in the strictest confidence, said information being the sole property of the EOP. The contractor also agrees not to publish, reproduce or otherwise divulge such information, in whole or in part, in any manner or form, nor authorize or permit others to do so, taking reasonable measures as are necessary to restrict access to the information, while in his or her possession, to those employees who must have the information, to perform the work provided herein, i.e. on a ?need-to-know? basis, and agrees to immediately notify the Contracting Officer in writing, in the event the contractor determines, or has reason to suspect, a breach of this requirement. All employees will be required to sign a ?Restriction Against Disclosure? statement. C) SECURITY: ALL CONTRACTOR PERSONNEL MUST UNDERGO A BACKGROUND INVESTIGATION AND BE CLEARED BY THE EOP SECURITY OFFICER IN ORDER TO GAIN ACCESS TO THE EOP COMPLEX. ALL CONTRACTOR PERSONNEL MUST BE 18 YEARS OF AGE AND US CITIZENS. D) SECURITY REQUIREMENTS: Personnel; All data and information that is required in the performance of this task is unclassified, and a security clearance is not required in performance of this effort. However, access to the White House Complex (including the New Executive Office Building and the Eisenhower Executive Office Building) requires approval by the EOP Security and Emergency Preparedness Office (OSEP). Approval is granted after suitability is determined by considering the results from a name check performed by the Federal Bureau of Investigation (FBI). Contractors must allow ten working days prior to the projected start date for a name check to be processed and approved by the OSEP. All Contractor personnel must be 18 years of age and U.S. citizens. Contractors are responsible for providing personnel who meet EOP personnel security requirements. In this regard, contractors are expected to perform initial background checks of potential employees. Failure to do so results in an unnecessary delay of beginning of contract performance; results in a waste of Government resources to do background checks on individuals who contractors should have pre-screened; may result in unfavorable past performance evaluations for the contractor, because of a failure to meet contract requirements; and may be a factor for evaluation of any award fees, if applicable. Contractor personnel who require access to the complex for longer than 90 days will also be required to undergo a full-field FBI investigation, and other background investigations as deemed appropriate. Contractors must provide information to complete the full field background investigation within two weeks after their start date at the White House Complex or within two weeks of being notified that their work will extend for longer than a 90 day period. Permanent access (beyond 90 days) is granted only after EOP OSEP review and approval of the results of the investigations. Drug Testing; Pre-employment Testing; All Contractor employees may be required to pass a drug test prior to beginning work on the contract. If required, the Contractor may either provide proof that employees passed a pre-employment drug test, or participate in a Government-sponsored testing program. If the Contractor decides to participate in the Government program, OA, HRM Division will arrange for the drug test at no cost to the Contractor, and provide the results of such tests to the Contractor. Random Testing; Consistent with FAR 52.223-6, Drug-Free Workplace, the Contractor shall randomly drug test personnel working on this contract in a manner equivalent to that covered in the EOP Drug-Free Workplace Plan. If the Contractor does not have an existing random drug testing program, the Contractor must either establish a program or participate in the EOP Drug-Free Workplace Plan. The EOP plan may be reviewed by arrangement with the Contracting Officer. At a minimum, the Contractor?s plan for random drug testing shall follow the procedures described in the Department of Health and Human Services (HHS) Mandatory Guidelines for Federal Workplace Drug Testing, effective September 1, 1994, as described in the Substance Abuse and Mental Health Services Administration Mandatory Guidelines for Federal Workplace Drug Testing Programs. These programs are available on the Internet at http://www.workplace.samhsa.gov/DrugTesting/NatlLabCertPgm/MGuidelines.htm. If the Contractor already has an existing random drug-testing program, the Contractor must submit a report of the number of employees tested on a random basis and the results of random E) SUBSTITUTION OF PERSONNEL: The Contractor agrees to assign to the contract the key personnel (all personnel assigned to this contract, including substitutes), whose resumes and qualifications were submitted with the Contractor?s proposal and who are necessary to fulfill the requirements of the contract. No substitutions shall be made except in accordance with this clause. During the first 90 calendar days of the contract, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. Noncompliance with the provisions of this clause will be considered a material breech of the terms and conditions of the contract for which the Government may seek any and all appropriate remedies including termination. Prior to removing, replacing, or diverting any of the specified individuals, the contractor shall promptly notify the Contracting Officer (CO) and provide the information required below: All proposed substitutions shall be submitted to the CO for approval at least 15 calendar days in advance of the proposed effective date (unless substitution is necessitated by sudden illness, death, or termination of employment in which case notice shall be within five (5) calendar days of the effective date) and must provide the information in (b) and (c) below. All requests for substitutions shall be in writing unless otherwise agreed to by the CO and shall include a complete resume for the proposed substitute and any other information required by the CO to permit effective evaluation of the proposed substitution's qualifications. Requests for substitution of "key personnel" above must also provide a detailed explanation of the circumstances necessitating it and sufficient information for the CO to evaluate the impact of the substitution on contract performance.
 
Place of Performance
Address: New Executive Office Building, Office of the Chief Information Officer, 725 17th Street, NW, Washington, DC,
Zip Code: 20503
Country: USA
 
Record
SN01011734-W 20060323/060321213157 (fbodaily.com)
 
Source
FedBizOpps 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.