Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2009 FBO #2865
SOLICITATION NOTICE

J -- Xerox copier maintenance

Notice Date
9/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN190
 
Response Due
9/29/2009
 
Archive Date
10/14/2009
 
Point of Contact
michael.r.jackson3@navy.mil 757-396-8354
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for the SOLE SOURCE procurement of commercial maintenance services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. Xerox is the original manufacture of the system. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice solely within the discretion of the Government.This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil). The RFQ number is N00189-09-T-N190. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and class deviation DFAR Change Notice 20090904. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 811211 and the Small Business Standard is 750. The FISC Norfolk, NNSY Maritime Industrial Division, Contracting Department proposes to contract for: CLIN 0001. XEROX 470ST COPIERSERIAL #NEO-096253 @ PER MONTH, 50,000 COPIES ALLOWED PER MONTH PLANT ACCT# 57929, CLIN 0002. EROX MODEL 470ST COPIER EXCESS COPIESSERIAL #NEO-096253, EST 2000 COPIES PER MONTH @ PER COPY CLIN 0003. XEROX DOCUCOLOR 12 COPIER MAINTENANCESERIAL #FU2002008; 5000 COPIES ALLOWED PER MONTHPLANT ACCT#57887 CLIN 0004. XEROX DOCUCOLER 12 EXCESS BLACK AND WHITE COPIESSERIAL #FU2002008; EST @ 10000 COPIES PER MONTH @ PER COPY CLIN 0005. XEROX DOCUCOLOR 12 EXCESS COLOR COPIESSERIAL #FU2002008, EST @ 2000 COPIES PER MONTH @ PER COPY CLIN 0006. XEROX DOCUCOLOR 12 COPIER MAINTENANCESERIAL #FU2002575; 5000 COLOR COPIERS ALLOWED PER MONTH; PLANT ACCT#57886 CLIN 0007. XEROX DOCUCOLOR 12 EXCESS BLACK AND WHITE COPIESSERIAL #FU2002575; COPIES EST @ 5000 COPIES PER MONTH @ PER COPY CLIN 0008. XEROX DOCUCOLOR 12 EXCESS COLOR COPIESSERIAL #FU2002575; EST @ 2000 COPIES PER MONTH @ PER COPY CLIN 0009. XEROX DOCUCOLOR 12 COPER MAINTENANCESERIAL #FU2003429; 5000 COPIES ALLOWED PER MONTH; PLANT ACCT#57934 CLIN 0010. XEROX DOCUCOLOR 12 COPIER EXCESS BLACK AND WHITE COPIESSERIAL #FU2003429; EST @ 1000 BLACK AND WHITE COPIES PER MONTH @ PER COPY CLIN 0011. XEROX DOCUCOLOR 12 COPIER EXCESS COLOR COPIESSERIAL #FU2003429; EST @ 2000 COLOR COPIES PER MONTH @ PER COPY ADDITIONAL SPECIFICATIONS 1.RESPONSE TIME FOR SERVICE WITHIN 4 HOURS (IF CALL IS PLACED IN THE LATE AFTERNOON, THEN RESPONSE TIME TO BE FIRST THING NEXT MORNING). TECHNICIAN IS REQUIRED TO CALL SERVICE CALL POINT OF CONTACT SAME DAY WITH APPROXIMATE ARRIVAL TIME. 2.CERTIFIED XEROX TRAINED TECHNICIANS TO SERVICE THE XEROX DOCUCOLOR 12 COPIERS. 3.ONLY XEROX RPELACEMENT PARTS MUST BE READILY AVAILABLE IN STOCK IF NOT IN STOCK, PARTS MUST BE MADE AVAILABLE BY OVER NIGHT MAILING FOR AVAILABILITY NEXT DAY SERVICE TO MACHINE. 4.THE FOLLOWING SUPPLIES BE PROVIDED BY THE CONTRACTOR IN ACCORDANCE WITH THE FULL SERVICE MAINTENANCE AGREEMENT ON EACH MACHINE AT NO ADDITIONAL COST: (A) DELVELOPER WASTE CONTAINER, (B) XEROX DRY INK WASTE CONTAINER, (C) XEROX COPY/PRINT CARTRIDGE AND (D) XEROX CLEANING WEB. 5.ALL TICKETS SHALL BE SIGNED BY AN AUTHORIZED GOVERNMENT REPRESENTATIVE AND SHALL STATE THE CONTRACT NUMBER SERIAL NUMBER AND MODEL NUMBER OF THE EQUIPMENT SERVICES. 6.ALL DELIVERABLES SHALL BE F.O.B. DESTINATION, NNSY, PORTSMOUTH, VA 23709-5000., CODE 902, SHALL CERTIFY THE INVOICES FOR PAYMENT. Parts to be delivered to Norfolk Naval Shipyard, Portsmouth, VA 23709, FOB Destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items ALT I; 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. 52.219-28, Post Award Small Business Program Rerepresentation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order; 52.222-41 Service Contract Act of 1965 (Nov 2007)(U.S.C. 351, et seq). Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests. Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:.The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard..If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database..In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material..If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice and Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The contractor shall submit invoices for payment per contract terms.The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a point of contact, name, phone number and email address and business size. Payment terms: Net 30 days. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 12:30 pm ET local time on 29 SEPTEMBER 2009. Oral communications are not acceptable in response to this notice. EMAIL quotes to: michael.r.jackson3@navy.mil, or fax to: 757-396-8354. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6add592bcd6a0565f172e1b243d26f9)
 
Record
SN01972067-W 20090928/090926234312-c6add592bcd6a0565f172e1b243d26f9 (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.