SOLICITATION NOTICE
J -- copier maintenance
- Notice Date
- 3/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1331 Pennsylvania Avenue, Washington, DC 20229
- ZIP Code
- 20229
- Solicitation Number
- DHS-10-7814
- Response Due
- 3/30/2010
- Archive Date
- 9/26/2010
- Point of Contact
- Name: Karen Petty, Title: Contract Specialist, Phone: 202-344-3951, Fax: 202-344-3322
- E-Mail Address
-
karen.petty@dhs.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is DHS-10-7814 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 333315 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-03-30 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Miami, FL 33122 The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, The previous solicitation under DHS-10-20047814 has been cancelled in its entirety and solicitation number DHS-10-7814 is being issued in place of the previous solicitation. All offerors must submit quotes in accordance with solicitation number DSH-10-7814. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-39. This solicitation is issued as a Request for Quotations (RFQ). This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 811212, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This solicitation is set aside for small business concerns and will be awarded as a Firm Fixed Price Purchase Order. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. ************************************************************ Maintenance shall include the following services: 1.Unlimited service calls 2.Parts and labor included 3.Supplies inclusive (not paper) 4.Covered volume of copies per month 8,000 5.Excessive volume of copies per month (8,001 or more) 6.Perform service calls between the hours of 7:30 am 3:30 pm PLACE OF PERFORMANCE: Customs and Border ProtectionMiami, FL 33138 PERIOD OF PERFORMANCE:12 months from date of award. Please include pricing information for base year plus four (4) option periods. CLINS shall include monthly rate and yearly total. Options Periods shall include monthly rate for each CLIN and yearly totals.************************************************************CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DUE: All questions must be submitted in writing/electronic form to Karen.petty@dhs.gov by noon Eastern Standard Time (EST), Monday, March 29, 2010. QUOTATIONS DUE: All quotations must be received in writing/electronic form to Karen.petty@dhs.gov 4:00pm, EST on or before Tuesday, March 30, 2010. All responsible sources that can provide and meet the above requirements, shall submit written quotation by the response date. Telephone calls will not be accepted., 12, months; LI 002, CLIN 00010 -S/N MPL73765--MODEL # IR5000, 12, months; LI 003, CLIN 00110-excessive overage on copies (8001 and more), 12, months; LI 004, CLIN 00020 -S/N MRJ01358 --MODEL # IR3300, 12, months; LI 005, CLIN 00210-excessive overage copies (8001 and more), 12, months; LI 006, CLIN 00030 -S/N MRJ02787 --MODEL # IR3300, 12, months; LI 007, CLIN 00310-excessive overage copies (8001 and more), 12, months; LI 008, CLIN 00040 -S/N MRJ02883 --MODEL # IR3300, 12, months; LI 009, CLIN 00410-excessive overage copies (8001 and more), 12, months; LI 010, CLIN 00050 -S/N MRJ02927 --MODEL # IR3300, 12, months; LI 011, CLIN 00510-excessive overage copies (8001 and more), 12, months; LI 012, CLIN 00060 -S/N NQG00346--MODEL # IR400, 12, months; LI 013, CLIN 00610-excessive overage copies (8001 and more), 12, months; LI 014, CLIN 00070 -S/N NSN07710 --MODEL # IR6000, 12, months; LI 015, CLIN 00710-excessive overage copies (8001 and more), 12, months; LI 016, CLIN 00080 -S/N NSN09641--MODEL # IR6000, 12, months; LI 017, CLIN 00810-excessive overage copies (8001 and more), 12, months; LI 018, CLIN 00090 -S/N NSN13896 --MODEL # IR6000, 12, months; LI 019, CLIN 00910- excessive overage copies (8001 and more), 12, months; LI 020, CLIN 00100 -S/N NSN15495 --MODEL # IR6000, 12, months; LI 021, CLIN 01010- excessive overage copies (8001 and more), 12, months; LI 022, CLIN 00110 -S/N SKW10614--MODEL # IR4570, 12, months; LI 023, CLIN 01110-excessive overage copies (8001 and more), 12, months; LI 024, Option Period One (1) for CLIN 1 - 23. Options Periods shall include monthly rate for each CLIN and yearly totals., 12, months; LI 025, Option Period Two (2) for CLIN 1 - 23. Options Periods shall include monthly rate for each CLIN and yearly totals., 12, months; LI 026, Option Period Three (3) for CLIN 1 - 23. Options Periods shall include monthly rate for each CLIN and yearly totals., 12, months; LI 027, Option Period Four (4) for CLIN 1 - 23. Options Periods shall include monthly rate for each CLIN and yearly totals., 12, months; For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability is significantly more important than price. DHS/CBP intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-10-7814/listing.html)
- Place of Performance
- Address: Miami, FL 33122
- Zip Code: 33122
- Zip Code: 33122
- Record
- SN02102698-W 20100327/100325235116-30af805c04559f8df0277764f137e83b (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 |