SOLICITATION NOTICE
75 -- CANON COPIER COPIES AND MAINTENANCE
- Notice Date
- 2/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6T1FS0013A001
- Response Due
- 2/24/2010
- Archive Date
- 4/25/2010
- Point of Contact
- Heidi R Weber, 509 247 7224
- E-Mail Address
-
141 ARW/MSC
(heidi.weber@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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. 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. Solicitation number F6T1FS0013A001 is issued as a Request for Quote (RFQ). This request for quote is due by 24 Feb 2010, 9:00am Pacific Time. The RFQ will result in a firm fixed price contract. This is a 100% set aside small business. The North American Industry Classification System (NAICS) code for this acquisition is 811212. Size standard is $23 MIL. Period of performance is 1 Mar 2010 TO 28 Feb 2011 WITH TWO OPTION YEARS: 1 Mar 2011 TO 28 Feb 2012 AND 1 Mar 2012 TO 28 Feb 2013. Government has the unilateral option to exercise options as needed each year. Contractor will be given 45 days notice of intent to exercise option period. Provide a quote clearly listing ONE price for base and ONE price for EACH option years. THREE QUOTED PRICES. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items.. This requirement is for: SERVICES NON-PERSONAL: Furnish all labor, tools, equipment, material, transportation and supervision to: *Note Copier Service for CANON iR3200 color and black and white is broken into two separate line items. 00001AA Color Copier Service CANON iR3200 COLOR Copier service, Color Copies Average 3200 copies per month (monthly Average Estimate) x 12 CANON iR3200 Ser#MSK14693 QUARTERLY BILLING ALLOWED CANON iR3200 Serial MSK14693 (YEARLY AVERAGE OF 38,400 COPIES, TO BE BILLED QUARTERLY) required Features: Meter reading includes labor/parts and service*/toner**. Parts and service and routine maintenance to include cleaning, furnished under the agreement will be free from defects in material and workmanship.** All toner (color and B&W) will be included as part of the agreement. 00002AA CANON iR 3200 Black and White Copies Average using 9000 copies per month (Monthly Average Estimate) x 12 CANON iR3200 Ser#MSK 14693, Black and White COPIES COPIER SERVICE, QUARTERLY BILLING allowed, Black and White Copies for CANON iR3200 Serial #MSK14693 (Yearly Average of 108,000 COPIES TO BE BILLED QUARTERLY) Required Features Meter reading includes labor/parts and service*/toner**. Parts and service and routine maintenance to include cleaning, furnished under the agreement will be free from defects in material and workmanship.** All toner (color and B&W) will be included as part of the agreement 00003AA CANON NP6551 Black and White Copies Average 1000 copies per month (Monthly Average Estimate)X12. CANON NP6551 Ser#NJE26612 Black and White COPIER SERVICE, QUARTERLY BILLING allowed B/W COPIES FOR CANON NP6551 Serial # NJE26612 (YEARLY AVERAGE OF 12000 COPIES, TO BE BILLED QUARTERLY) Required Features Meter reading includes labor/parts and service*/toner**. Parts and service and routine maintenance to include cleaning, furnished under the agreement will be free from defects in material and workmanship.** All toner (color and B&W) will be included as part of the agreement. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov The following provisions and clauses are incorporated in this notice. " FAR 52.204-7, Central Contractor Registration; " FAR 52.212-1, Instructions to Offerors Commercial Items; " FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); " FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: FAR 52.233-3, Protest After Award; FAR 52.233-3, Applicable Law for Breach of Contract Claim; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation 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; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; 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; FAR 52.222-42, Statement of Equivalent Rates for Hire FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance Work on a Government Installation (when applicable) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-2, Service of Protest FAR 52.252-2, Clauses Incorporated By Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) (only for Air Guard Orders) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 45 days. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.232-19 -- Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond 28 Feb 2011. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 28 Feb 2011, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. The date, time and request for quote offers are due: 9:00 a.m Pacific Time on 24 Feb 2010 to heidi.weber@ang.af.mil or 509 247 7224. Please courtesy copy Scott.Petrin@ang.af.mil 509 247 7221 REMINDER: INCLUDE COMPANY CAGE CODE AND TAX ID 3 WITHIN SUBMITTED QUOTE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T1FS0013A001/listing.html)
- Place of Performance
- Address: 141 ARW/MSC Washington Air National Guard Contracting Office Fairchild AFB WA
- Zip Code: 99011-9439
- Zip Code: 99011-9439
- Record
- SN02066649-W 20100219/100217234436-bee2efa037045975022120c7abf06105 (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 |