Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
DOCUMENT

J -- Canon Copier Maintenance Services - PBSOW

Notice Date
9/23/2008
 
Notice Type
PBSOW
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TH), 3375 Koapaka Street, Suite B225, Honolulu, Hawaii, 96819
 
ZIP Code
96819
 
Solicitation Number
9T9HPGIS001
 
Response Due
9/29/2008
 
Archive Date
10/14/2008
 
Point of Contact
Vanessa K. Pappalardo, Phone: (808)541-2010, Patrick B. Galamay,, Phone: (808)541-1164
 
E-Mail Address
vanessa.pappalardo@gsa.gov, patrick.galamay@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. 9T9HPGIS001 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-26, DFARS Change Notice 20080818 and GSAM Change 20 effective 5-30-08. THIS PROCUREMENT IS UNRESTRICTED. The applicable NAICS Code is 811212, $23M. THE REQUIREMENT IS FOR THE ON-SITE MAINTENANCE SERVICE OF 149 EACH GOVERNMENT OWNED CANON COPIERS. Contractor must be an authorized Canon service provider able to perform services in accordance with the statement of work on-site. All devices located at the Pearl Harbor Naval Shipyard, Pearl Harbor, HI. Resulting award will be based on a firm fixed price for a period of performance of five months, 01 October 2008 through 28 February 2009. 109 each maintenance required commencing 01 October 2008, the balance of 41 each require maintenance commencing 11 October 2008, both shall cover maintenance through 28 February 2009. Anticipated date of award is targeted for 30 September 2008. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13.5 Simplified Acquisition Procedures. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. A single commercial firm-fixed price type purchase order will be awarded to the technically acceptable, lowest priced quote. To be found technically acceptable, contractor must be an authorized Canon service provider with the ability to perform on-site services in Pearl Harbor, Hawaii and meet all the elements of the Statement of Work attached herein. The contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. Contractor must also register in the GSA Federal Acquisition Services website; IT-Solutions Shop (ITSS), an online, web-based purchase order system at: https://web1.itss.gsa.gov. Registration assistance us available by dialing (877) 243-2889 (option 2). Resulting award and payments from this solicitation will be made through the ITSS system. As such, it is imperative that registration is completed. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items - Addendum to FAR 52.212-1, delete paragraph h, multiple awards and insert single awards. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. THE FOLLOWING CLAUSES UNDER FAR 52.212-5 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332), FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (Nov 2007), Other FAR clauses applicable - FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, and FAR 52.243-1 Alt 1 Changes Fixed-Price Services, FAR 52.232-18 Subject to Availability. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 ALTERNATE I, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, which includes the following: GSAM 552.229-70, Federal, State, and Local Taxes and GSAM 552.232-78, Payment Information. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or by request from this office. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE FOLLOWING PROVISIONS ALONG WITH THEIR OFFER: FAR 52.212-3 ALTERNATE I and Certifications Offeror Representations and Certifications – Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov; Any questions regarding this requirement must be in writing and submitted no later than 4:00p.m. (Hawaii Standard Time) 25 Sept 2008. Quotes must be received no later than 4:00p.m. (Hawaii Standard Time) 29 Sept 2008. Quotes may be emailed to patrick.galamay@gsa.gov, phone 808-541-1164 or faxed to 808-541-3604.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c500b272ee620884ff3c81e18bb40499&tab=core&_cview=1)
 
Document(s)
PBSOW
 
File Name: Statement of Work (9T9HPGIS001 PBSOW.doc)
Link: https://www.fbo.gov//utils/view?id=f5a047c24567f8db05908221800d0248
Bytes: 80.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN01678688-W 20080925/080923215749-c500b272ee620884ff3c81e18bb40499 (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.