Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

J -- Authorized Lexmark Printer Repair

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 2 CONS, 41 Vandenberg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-10-Q-S124
 
Archive Date
7/22/2011
 
Point of Contact
Hilmar K. Sourwine, Phone: 318-456-3421, Travis A. Sippel, Phone: 318-456-6889
 
E-Mail Address
hilmar.sourwine.ctr@barksdale.af.mil, travis.sippel@barksdale.af.mil
(hilmar.sourwine.ctr@barksdale.af.mil, travis.sippel@barksdale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis to establish a Blanket Purchase Agreement (BPA) in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 13.3 as supplemented with additional information included in this notice. A BPA is not a binding contract, but an agreement between the Government and the contractor to provide supplies or services on a "as required" basis and in accordance with an approved price list. A BPA is written for a period of five (5) years and during this period the government is only obligated for actual purchases made under the BPA. This announcement constitutes the only solicitation; prices are being requested and a written solicitation will not be issued. The solicitation issued number is FA4608-10-Q-S124, in accordance with FAR part 13 and in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-23 effective 26 Dec 2007). The North American Industry Classification System (NAICS) number is 811212, and 811213; the business size is $18 million and $5 million respectively. The proposed BPA is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate. The needed BPA service is as follows: This requirement is for warranty / non-warranty repair of Lexmark printers in various sections and buildings. The two main types of printers are, but not limited to, Type 5061-410 Model X782E, and Type 7510-030 Model X940E. The authorized caller will call the selected company for a Lexmark Authorized Repairman to respond within 4 hours during normal operating hours to troubleshoot the broken printer. The authorized caller will provide the serial Number and Model of the printer to selected company. If a printer is out of warranty, the selected company will provide the authorized caller with an estimate of repair to include parts, labor, and transportation to and from Barksdale Air Force Base. Before ordering parts, repairman will receive written permission from the authorized caller to proceed with repairs and ordering parts. The authorized caller will be available to escort drivers to and from the contractor gate if required. Emergency call out will be provided on an as needed basis and verified by Mr. Johnny Sawyer or Mr. Kenneth Wallace (318-456-4319). Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their pricing on letterhead stationarey and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. Offers will be evaluated on the prices offered. The Contracting Officer is not responsible for locating or obtaining information not identified in the offer. If an offeror cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. Once an offer has been determined to be acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally, the following clauses and provisions apply to this solicitation: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-4, Copntract Terms and Conditions Commercial Items 52.212-5. Contract Terms and Conditions Required to Implement Statuates of Executive Orders Commercial Items, and includes the following clauses cited: (b) - (8)(i), (19), (21), (22), (23), (24), (25), (33), and (40); (c)-(1), (2) 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right to Know 52.228-5, Insurance - Work on a Government Installation Applicable DFARS clauses included: 252.204-7004, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statuetes of Exwecutive Orders Applicable to Defense Acquistitions of Commercial Items provisions and includes the following clauses cited: (a), (b)(5), (b)(23)(iv). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 11:00 AM (CST) 07 July 2010, 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2079. Prices can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Mr. Hilmar K. Sourwine at (318)456-2107. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Mr. Hilmar K. Sourwine, Contract Specialist, at (318)456-3421, hilmar.sourwine.ctr@barksdale.af.mil or Mr. Travis A. Sippel, Contracting Officer, at (318)456-6887, travis.sippel@barksdale.af.mil. In compliance with Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Para 4), this clause identifies the classes of Service employees expected to be employed under this contract and states the wages and fringe benefits payable to each if they were employed by contracting agency subject to the provisions of 5 U.S.C. 5351 or 5332. This statement is for information only, it is not a wage determination. Employee Class Monetry Wage Fringe Benefits Electronics Technician I WG-8, Step 2, $20.83 32.85% WD 05-2236 (Rev.-13) was first posted on www.wdol.gov on 01/12/2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/2CONS/FA4608-10-Q-S124/listing.html)
 
Place of Performance
Address: 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2079, Barksdale Air Force Base, Louisiana, 71110-2079, United States
Zip Code: 71110-2079
 
Record
SN02185934-W 20100625/100623235026-ea93e3c591208feb7b1fb1452aa73123 (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.