SOLICITATION NOTICE
W -- Lease of Multi-functional document generation equipment to include maintenance and consummable supplies. Base Period plus four (4) Option Years.
- Notice Date
- 2/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Missouri, USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS09R0001
- Response Due
- 2/13/2009
- Archive Date
- 4/14/2009
- Point of Contact
- Mary Lea, (573) 638-9575<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The request for proposal is being advertised as an unrestricted purchase with provision/clauses through FAC 05-30 under NAICS 811212. Due to the length of the Statement of Work and the Statewide Location spreadsheet it is requested interested contractors contact Ann Lea and/or LT Ryan Borgmeyer by e-mail at mary.lea@us.army.mil or ryan.borgmeyer@us.army.mil for a complete copy of the solicitation. 1.0 GENERAL INFORMATION: The Missouri National Guard has a requirement for CAC (Common Access Card) enabled document production i.e. print/copy/scan. Approximately 16,000,000 documents of the combined functions are generated each year to support the Guard mission statewide. The various locations and approximate copy numbers per location are identified in Attachment 1. Currently the Missouri National Guard meets this requirement with a Cost per Copy Contract for Networked Multi Function Devices. The Missouri National Guard is seeking innovative and cost effective proposals for Commercial off the Shelf (COTS) current production equipment to support the Government for a period of time no less than six months for the Base Period plus Four Option Years. The contractor is to be responsible for proposing all equipment, labor for delivery and placement, software/hardware updates, installation, training, service and support, and consumable materials with the exception of paper to fulfill the requirement. The Government also requests the contractor provide production volume reports, these reports need to provide Centralized enterprise recording that provides data on individual consumption for both black and white and color copies. The contractor is to be responsible for invoicing the Government to include any credits or bonuses proposed. The government is to have sole discretion on the source selection and approve the program to be used in accordance with the Evaluation Criteria identified in provision 52.212-2. Each multi-function device (MFD) offered under this Invitation for Bid shall comply with all the general requirements stated herein. Each offered must submit as a part of their proposal technical data or descriptive literature to ascertain that the equipment offered meets the requirements as outlined. Applicable provisions and clauses are as follows: 52.212-1 Instructions to Offerors-Commercial Items; 52.217-5 Evaluations of Options; 52.232-18 Availiability of Funds; 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements; 52.247-21 Contractor Liability for Personal Injury and/or Property Damage; 52.212-3 Offeror Representative and Certifications -- Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5 (a)(b)(4)(12)(17)(18)(19)(20)(21)(22)(23)(25)(28)(39)or(40)(c)(5)(d)(e);52.217-18 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (a)(b)(4)(12)(14)(15)(17)(20)(21)(c). 52.212-2 Evaluation: The government shall award a contract resulign from this solicitation to the responsible offeror whose offer fonforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers. (1) Contractor demonstrates that the equipment being proposed meets or exceeds the technical specification identified. Product literature to be provided with lease list price schedule) (2) is capable of providing the maintenance service required within time limits to all service locations (provide a listing of all service providers, identify the Missouri Army National Guard location that will be serviced by each provider. See the list of equipment locations. (3) Past Performance information - Provide three (3) references including name of company/agency, addres, telephone number of an individual that has knowledge of your past performance. The review will for responsive service and customer support. Technical and past performance information will be equal to price in determining the best value source. The Government intends to conduct limited on-site demonstrations with those contractors proposting pricing determined to be within the competitive range. Discussions with those contractors concerning the technical capabilities of the equipment shall be part fo the demonstration. Trade-off factors to be speed and size of the equipment.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=03709dfd23531f7f25299f1612ed17e1&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO<br />
- Zip Code: 65101-1200<br />
- Zip Code: 65101-1200<br />
- Record
- SN01742331-W 20090204/090202215334-03709dfd23531f7f25299f1612ed17e1 (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 |