MODIFICATION
75 -- ***NOTICE TO INDUSTRY***
- Notice Date
- 8/13/2010
- Notice Type
- Modification/Amendment
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
- ZIP Code
- 85613-5000
- Solicitation Number
- W91RUS_SPECIAL_NOTICE
- Response Due
- 8/30/2010
- Archive Date
- 10/29/2010
- Point of Contact
- Regan Alexander, 520-538-6383
- E-Mail Address
-
ITEC4, Fort Huachuca DOC (NCR-CC)
(regan.alexander@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CONTRACTING OFFICE The Army Contracting Command (ACC), National Capital Region Contracting Center (NCRCC), Division C SPECIAL NOTICE This Special Notice is being communicated for the sole purpose of providing industry an opportunity to review and comment on draft specifications for the Army Multifunctional Devices (MFD) and Related Services requirement. It is not a solicitation for work, nor is it a request for proposal. PROCUREMENT HISTORY This acquisition is the follow-on and expansion of the Southern Region Contracting Center East (SRCCE) Enterprise Blanket Purchase Agreements (BPA) for copier services. DESCRIPTION OF THE REQUIREMENT This requirement is for commercial off-the-shelf (COTS) multifunctional devices (MFDs) and related services in support of the U. S. Army Network Enterprise Technology Command/7th Signal Command (Theater) [NETCOM/7th SC (T)]. The resultant contracts will provide a contracting solution to order baseline copier services for each Network Enterprise Center (NEC) to include installation tenants and supported remote sites as required under the Single DOIM Action Plan and the C4IM services catalog that will serve to standardize hardware connecting to the network. The technical/functional requirements for the acquisition will result in a single set of technical and security criteria for all network multifunction equipment. The successful offerors shall provide all labor, transportation, parts, equipment and all required supplies (except paper), necessary for operation of digital MFDs. This requirement includes installation, de-installation, maintenance, repair and/or replacement, training and diagnostic service calls to NEC units and its remote sites within the 7th Signal Command (T). Equipment under the program will be available for lease or purchase. Incidental services will include multiple service plan options (i.e., operating lease, lease-to-own, cost per copy, or flat rate monthly fee plan). In addition, these contracts will allow the flexibility to add products or make changes necessary to meet user requirements. ACQUISITION APPROACH This is an unrestricted competitive acquisition for multiple award Indefinite Delivery Indefinite Quantity (IDIQ), Firm-Fixed Price contracts with a one year base period and four (4) one-year options. Contract awards will be made to the sources that offer the best value to the Government using the procedures of FAR Part 12, Acquisition of Commercial Items in conjunction with the trade-off process of FAR Part 15, Contracting by Negotiation. This acquisition will follow the Commercial Acquisition Format (FAR 12.203, 12.204, 12.207, 12.303). The contract form will be the Standard Form 1449, Solicitation /Contract/ Order for Commercial Items. The solicitation will contain provisions and contract clauses for commercial items as well as include by addendum other FAR provisions and clauses under FAR part 15.209, 16.506, 17.208, local clauses and others as applicable. The NAICS code is 532420- Office Machinery and Equipment Rental or Leasing with a small business size standard of $25M. ATTACHMENTS Attachments to this Special Notice are the following: 1) Draft PWS 2) Draft QASP 3) FAR 52.212-3, Offeror Representations and Certifications Commercial Items 4) FAR 52.212-1, Instructions to Offerors Commercial Items 5) Draft FAR 52.212-2, Evaluation Commercial Items INDUSTRY COMMENTS The Contracting Office is interested in industry feedback on the specifications contained in this Special Notice including, but not limited to the PWS, QASP, anticipated evaluation factors and the subject areas listed below. 1) What are the price discriminators for MFDs. In other words, what drives the cost differences between MFDs? It is capability, accessories, footprint, production/volume, speed and/or something else? 2) Are there any other products and related services that you believe should be included in this requirement? 3) Do you have suggestions for the CLIN structure for this requirement? 4) What are the benefits and disadvantages, including the price differences, between cost per copy and flat rate monthly fee copying plans? 5) Is it feasible to provide a conversion price to convert a pay per copy plan to a flat rate plan? 6) What are the issues involved in converting an Operating Lease to a Lease to Own plan? 7) Suggested pricing for Early Termination Charges FAR Subpart 17.1 Agreed upon termination ceiling charge. 8) What is your standard warranty for purchased MFDs? 9) The feasibility of an anticipated 25% small-business participation goal. RESPONSES All correspondence concerning this special notice shall be submitted in writing and directed to the attention of Regan Alexander, Contract Specialist, via e-mail at regan.alexander@us.army.mil no later than 30 August 2010, noon MST. No phone calls please.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1e8ae7fd31ca10f0b2d210c37c68c566)
- Place of Performance
- Address: ITEC4, Fort Huachuca DOC (NCR-CC) ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
- Zip Code: 85613-5000
- Zip Code: 85613-5000
- Record
- SN02239883-W 20100815/100813235323-1e8ae7fd31ca10f0b2d210c37c68c566 (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 |