Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

J -- Copier Maintenance

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W., National Place Building, 10th Floor, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DJJAPG09H002
 
Archive Date
9/27/2008
 
Point of Contact
Sabrina E Brown, Phone: (202) 307-1990
 
E-Mail Address
sabrina.e.brown@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Justice, Justice Management Division, Management and Planning Staff, intends to procure copier maintenance for a Canon IR3320 Color Copier, Monthly copy allowance 15,000 with excess color usage 5,001 and excess b/w usage 10,001 and accessories. Canon CPZ3000 and a Canon CLC 5000, monthly copy allowance 20,000, excess color usage 15,001 and excess b/w usage 5,001, located at 1331 Pennsylvania Ave., NW, Suite 1400, Washington, DC 20530. This will be a firm fixed-price contract. The North American Industry Classification System code is 333315 and the small business size standard in number of employees is 500. The period of performance will be a base year and four (4) 1-year options periods. Base Year October 1, 2008 through September 30, 2009, Option Year 1 October 1, 2009 through September 30, 2010, Option Year 2 October 1, 2010 through September 30, 2011, October 1, 2011 through September 30, 2012, Option Year 3 October 1, 2012 through September 30, 2013 and Option Year 4 October 1, 2013 through September 30, 2014. This requirement will be procured in accordance with FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice. FAR 52.212 3, Offeror Representations and Certifications Commercial Items, must be completed and included with any and all quotes submitted in response to this synopsis. FAR Clauses 52.212 4, Contract Terms and Conditions Commercial Items and 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The contractor shall provide all personnel, equipment, tools, material, vehicles, supervision, certifications, and other items and services necessary to perform on call service maintenance on the item listed above. Maintenance services provided by the contractor shall include (1)preventive maintenance schedule, to include tear down, inspect, clean, oil and replace all worn/defective parts and repair items,(2)service calls with a 2-hour call back and a 4-hour onsite response time, and (3) OEM escalation plan. The contractor shall provide all management, tools, equipment, supplies and labor necessary. Repairs must be in accordance with OEM manufacturer and industry standards. Contractor must ensure that all work performed are in compliance with all federal, state, and local environmental requirements or laws. The contractor shall ensure employees have the current and valid professional licensing/certifications to accomplish the services. The following FAR clause(s) are also referenced as part of this requirement:. NOTICE OF CONTRACTOR PERSONNEL SECURITY CLEARANCE REQUIREMENTS - Where performance under this contract/task or delivery order/call requires contractor personnel to have access to Department of Justice (DOJ) information, systems or facilities, contractor personnel will be subject to the background clearance requirements of Homeland Security Presidential Directive (HSPD)-12, OMB Guidance Memorandum M-05-24, FIPS Publication 201 and DOJ policy implementing HSPD-12 requirements. Background clearance requirements are determined by the risk level of each position, type of access and length of access required. Further information on background security clearance requirements applicable to contractor personnel proposed for performance on this contract/order/call may be obtained from the Contracting Officer. All contractor personnel must meet the DOJ Residency Requirements. He/She must have lived in the United States three of the last five years immediately prior to start of performance on this contract/order/call, and/or worked for the United States overseas in a federal or military capacity, and/or be a dependent of a federal or military employee serving overseas. Specific limited waiver request requirements - contractor personnel performing duties for a cumulative total of 14 days or less where there is a critical need for their specialized and unique skills (as solely determined by the Government) may be proposed for a waiver of the Residency Requirement by the contractor. Contractor personnel who are non-US citizens proposed for such a waiver of the Residency Requirement must be from a country allied with the United States (Since the countries on the Allied Countries List are subject to change, the contractor may review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. For contracts/orders/calls where access to DOJ information systems is involved, non-US citizens are not permitted to have access to or assist in the development, operation, management or maintenance of any DOJ IT system, unless a waiver is granted by the head of the Component, with concurrence of the Department Security Officer (DSO) and DOJ Chief Information Officer (CIO). Any such waiver must be in writing and be obtained prior to allowing any contractor employee who is the subject of the waiver request to begin work under this contract/order/call. The above requirements apply to any and all contractor employees requiring access to DOJ information systems or facilities, including subcontractor personnel, if applicable. All referenced FAR clauses may be copied at http://www.acqnet.gov/far/index.html. The copier maintenance to be procured under this synopsis must comply with the following Section 508 Accessibility Standards: 1194.25 Self Contained, Closed Products; 1194.31 Functional performance criteria; and 1194.41 Information, documentation, and support (see http://www.section508.gov). Interested parties must submit a written proposal detailing product information that demonstrates ability to provide copier maintenance. Quotes are to be sent to Sabrina E. Brown to email address Sabrina.E.Brown@usdoj.gov or fax (202-307-1931). Quotations are due by September 12, 2008 Oral quotations will not be accepted
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e0c6c1722c322ae177532622dc5fcdc0&tab=core&_cview=1)
 
Place of Performance
Address: Department of Justice, National Place Building, DOJ/Management Planning Staff, 1331 Pennsylvania Ave., NW, Suite 1420, Washington, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN01654043-W 20080830/080828221859-e0c6c1722c322ae177532622dc5fcdc0 (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.