Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2009 FBO #2763
SOLICITATION NOTICE

J -- Maintenance of 148 Canon Copiers - Solicitation Package

Notice Date
6/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
OIG-09-COPIERMAINT
 
Archive Date
8/12/2009
 
Point of Contact
Brendan J Miller, Phone: 301-443-5241
 
E-Mail Address
brendan.miller@psc.hhs.gov
(brendan.miller@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 Meter Reads Machines, Location, and Proposed Pricing This is a combined synopsis/solicitation for commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and in the format in Subpart 12.6, and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The Solicitation number is: OIG-09-COPIERMAINT and is issued as a Request for Proposal (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-32 dated May 14, 2009. The North American Industrial Classification System (NAICS) code is 811212, and the small business size standard is $25 million. This procurement is unrestricted, allowing both large and small business to submit quotations. The PROGRAM SUPPORT CENTER (PSC) is soliciting to procure Full Service Maintenance Agreement for 148 Canon Copiers. The contractor shall provide the following: The government anticipates a base period of 12 months, with four (4) 12-month option periods. The following are inserted by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (to be submitted with quotation); 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52,212-4. FAR Clauses 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following clauses applicable: FAR 52.222-3 Convict Labor; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222.36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; The full text of FAR references may be accessed electronically at website http://www.acqnet.gov SUBMISSION OF OFFERS Offerors are required to submit a technical proposal based on the criteria below. Offerors must demonstrate the ability past performance, and a firm-fixed price quotation as specified herein for the maintenance for 148 Canon Copiers for each individual copier, and it is recommended that it be done on the attached Spreadsheet that lists the machines. Quotations must be received by the Contracting Office no later than 3:00 p.m. on Monday, July 6th, 2009. The government requests that the technical, proposal, and past performance proposals be submitted to PSCAcquisitions@psc.hhs.gov with the solicitation number OIG-09-COPIERMAINT in the subject heading. Any questions can be sent directly to bjmiller@psc.gov with the same solicitation name contained in the subject. The following standards must be adhered to for optimum performance of copiers which support the Office of Inspector General (OIG). 1. Flat rate monthly charge for unlimited black & white copiers - the flat rate maintenance plan will accommodate the migration of stand alone printers to multi functional devices; supporting a Departmental directive. The rate also includes all labor, parts, toner, and staples. 2. Provide Canon imageWare Enterprise Management Console at no additional cost. This internet portal allows OIG to actively monitor the status of all Canon multifunction devices within the OIG network in real-time. This includes viewing service histories as well as monitoring the status of staples, toner, paper, network connection, and meter readings. 3. Provide webcasts for training to update the OIG on systems and software changes and to be fully apprised of all other technical requirements at no additional charge. 4. Fully support the present life guarantee replacement cycle warranty. Within three years of original installation of any newly installed Canon brand equipment or throughout the term of Canon leased equipment, the offerror will, at the Government's request replace such equipment with a like unit if the following three conditions are met: (1) the equipment is continuously under a Canon authorized service provider maintenance agreement from the date of installation; (2) all terms of the Canon maintenance agreement applicable to the Government are fulfilled; and (3) prior to requesting a replacement "like for like" unit, the offerror is given a reasonable opportunity to cure any service problems with the equipment. 5. Authorized Canon technical support which utilizes only Canon genuine parts for services and replacements. The maintenance by certified Canon technicians on Canon equipment insures the continuation of the warranty agreement on leased Canon equipment. NOTE: The warranty shall be void and of no force and effect if the copier is damaged as a result of repair by other than service representatives qualified by Canon U.S.A. and acting in accordance with Canon U.S.A.'s service bulletins. This will also ensure that all integrated multi functional, digital solutions incorporating eCopy (Canon partner) will continue to address the workflow requirements of the OIG customers. 6. Dedicated eCopy representative and eCopy trained systems engineers. The offerror will provide maintenance and support (purchased by the Government at installation), for the remaining term of the M&S agreements that are currently in effect at no additional cost. The offerror will provide the Government with customer references that have both Washington DC and National coverage with eCopy installed. The offerror will provide their systems engineer support infrastructure for eCopy to include system engineers and certifications and years of experience for supporting eCopy installations. 7. Network integration and training at no charge for initial installations and troubleshooting during the life cycle of the equipment. Dedicated hardware and software, Canon-specific trained technical systems engineers are included. 8. Meter readings are submitted through an interactive interface or through a simple Microsoft Excel-based bulk upload interface reducing the OIG workload for color copiers. 9. Dedicated Federal Account Executive exclusive to HHS/OIG to monitor any technical, administrative, and billable issues and provide an account analysis and review on a weekly basis and work with any related facilities management services. 10. No cost training for at least two sessions per machine, 11. One (1) preventative maintenance check per year, per Canon specifications. 12. Four (4) hour response time during business hours, 7:00am through 5:00pm, local prevailing time. 13. One (1) extra toner per machine, per location 14. No pre-maintenance inspections are allowed. 15. Service which resolves network integration issues remotely at no additional charge if they appear related to the copier's connectivity, specifically the print board or eCopy scanning functionality. 16. If OIG elects to add additional accessories, there is no increase in service pricing. 17. Practices with document encryption, security and authentication with a senior staff of senior system engineers for pre-sales activity and consultation. 18. Validate device types, id install locations, and access account information and account submission of service and supply requests through an internet based account management application at no additional charge. 19. Utilization of a user management interface to access requests, delegate responsibilities, and assign privileges to multi functional devices at no additional charge. 20. Consistent technical staff/hardware and software - Canon specific trained. 21. Administration of services contract for local and national response - critical for the regional and field offices' ability to interface with Canon's direct and wholesale operation. 22. Use of a no charge customer support center: a program available to solve integration network issues quickly via a phone site operating twelve hours a day. Site provides training and webcasts to the field for updated technology and new software to understand significant and relative technical issues. 23. Provide a service response plan and training response plan, and include number of staff for each. 24. Demonstration of the ability to serve ALL OFFICES in ALL CITIES that are listed in the attachment, and how a service call will be routed to a technician capable of resolving it.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OIG-09-COPIERMAINT/listing.html)
 
Place of Performance
Address: US and Puerto Rico, United States
 
Record
SN01848861-W 20090620/090618235040-717da4079a0e1f16f3fc4f3b3a9756f8 (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.