Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

36 -- Copier Lease and Maintenance

Notice Date
1/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0074
 
Point of Contact
Michael Oliva 562-626-7453
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. 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 (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0074. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48,and DFARS Change Notice 20101229. 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/dfars/index.htm The NAICS code is 532420 and the Small Business Standard is $25M employees. This is a competitive, unrestrictive action. FISC San Diego requests responses from qualified sources capable of providing: lease of and maintenance for 21, network and multi-function capable, copiers. Delivery Location The Naval Strike and Air Warfare Center (NSAWC), Fallon, NV Period of Performance Period of performance must be broken down as follows: Base Year “ 1 February 2011 to 31 January 2012 Option Year 1 “ 1 February 2012 to 31 January 2013 Option Year 2 “ 1 February 2013 to 31 January 2014 Option Year 3 “ 1 February 2014 to 31 January 2015 Option Year 4 “ 1 February 2015 to 31 January 2016 Item 0001 Quantity 10 each Copier Specifications: Copy Speed Black Only: 25 ppm Minimum 1200x 600 dpi ( interpolated ) resolution for copy output Minimum Std Memory of 512 MB RAM, 60 GB Hard Disk Storage Minimum Sheet weight and size capability from paper drawers-Two paper drawers plus bypass tray, 17 lb. bond to 32 lb. 550 sheet/drawer plus 50 sheets for bypass tray. Statement size to 11  x 17  sheet size from any drawer. Stapler/Finisher-minimum 1,000 sheets, staple up to 50 sheets. Size of copier and Stapler/Finisher-must not exceed 22.5  in width. Automatic Document Feeding- must have 100 sheet capacity. Accessibility-must provide a voice guidance option that uses voice synthesis to enable visual disabled personnel access to the unit by voice commands and responds with voice confirmations. Also, provide a remote access software option that enables wheel chair and other mobility issues access to full equipment functions at a local PC/monitor next to the equipment. Item 1001 Option Year 1- Copier specifications and Quantity same as Item 0001 (Base Year) Item 2001 Option Year 2- Copier specifications and Quantity same as Item 0001 (Base Year) Item 3001 Option Year 3- Copier specifications and Quantity same as Item 0001 (Base Year) Item4001 Option Year 4- Copier specifications and Quantity same as Item 0001 (Base Year) Item 0002 Quantity 8 each Copier Specifications: Copy Speed Black Only: 35 ppm Minimum 1200x 600 dpi ( interpolated ) resolution for copy output Minimum Std Memory of 512 MB RAM, 60 GB Hard Disk Storage Minimum Sheet weight and size capability from paper drawers-Two paper drawers plus bypass tray, 17 lb. bond to 32 lb. 550 sheet/drawer plus 50 sheets for bypass tray. Statement size to 11  x 17  sheet size from any drawer. Stapler/Finisher-minimum 1,000 sheets, staple up to 50 sheets. Size of copier and Stapler/Finisher-must not exceed 22.5  in width. Automatic Document Feeding- must have 100 sheet capacity. Accessibility-must provide a voice guidance option that uses voice synthesis to enable visual disabled personnel access to the unit by voice commands and responds with voice confirmations. Also, provide a remote access software option that enables wheel chair and other mobility issues access to full equipment functions at a local PC/monitor next to the equipment. Item 1002 Option Year 1- Copier specifications and Quantity same as Item 0002 (Base Year) Item 2002 Option Year 2- Copier specifications and Quantity same as Item 0002 (Base Year) Item 3002 Option Year 3- Copier specifications and Quantity same as Item 0002 (Base Year) Item4002 Option Year 4- Copier specifications and Quantity same as Item 0002 (Base Year) Item 0003 Quantity 2 each Copier Specifications: Copy Speed Black: 75 ppm Minimum 1200x 600 dpi ( interpolated ) resolution for copy output Minimum Std Memory of 1 GB RAM, 40 GB Hard Disk Storage Minimum Sheet weight and size capability from paper drawers-Four paper drawers plus bypass tray, 17 lb. bond to 110 lb index stock from all drawers. 4,150 sheet minimum capacity. Stapler/Finisher-minimum three output trays for 4,000 sheets, staple up to 50 sheets, staple position of any corner and double staple on left or right margin. Size of copier with Stapler/Finisher-must not exceed 51  in width. Automatic Document Feeding- must have 100 sheet capacity with single pass two sided scanning and scan speed of 100 images/min for letter size two sided originals at 300 dpi resolution. Network Print-required PDL for PS and PCL EAL 3 Certified-HDD Data Erase Drum Replacement Cycle-minimum 3,000,000 impressions MFD Capabilities-optional ability to add Scan to email and fax. Accessibility-must provide a voice guidance option that uses voice synthesis to enable visual disabled personnel access to the unit by voice commands and responds with voice confirmations. Also, provide a remote access software option that enables wheel chair and other mobility issues access to full equipment functions at a local PC/monitor next to the equipment. Item 1003 Option Year 1- Copier specifications and Quantity same as Item 0003 (Base Year) Item 2003 Option Year 2- Copier specifications and Quantity same as Item 0003 (Base Year) Item 3003 Option Year 3- Copier specifications and Quantity same as Item 0003 (Base Year) Item4003 Option Year 4- Copier specifications and Quantity same as Item 0003 (Base Year) Item 0004 Quantity 1 each Copier Specifications: Copy Speed Black: 75 ppm, Copy Speed Color: 70 ppm Minimum 1200x1200 true dpi color and black/white resolution print output-interpolated or enhanced resolution from a lower true dpi is not acceptable. Minimum Sheet weight and size capability from paper drawers-14 lb. bond to 110 lb. cover stock (300 gsm ). Up to 13  x 19.25  sheet size from at least two paper drawers. 6,900 sheet minimum capacity. Stapler/Finisher “minimum three output trays for 4,250 sheets, staple up to 100 sheets, staple position of any corner and double staple on left or right margin. Automatic Document Feeding- must have single pass two sided document scanning, 300 sheet capacity with scan speed of 200/140 ipm blk/white and color at 300 dpi Punch-must have 2/3 hole. All punch operations must be at full machine speed. Network Print Color Scan to email-must be operational from the printer to the network. Automatic Paper Size Sensors for all drawers- must automatically detect the size of the paper and not require any additional steps or operator confirmation. USB 2.0 Interface-must be standard to provide direct print and scan to media at the MFD. Accessibility-must provide a voice guidance option that uses voice synthesis to enable visual disabled personnel access to the unit by voice commands and responds with voice confirmations. Also, provide a remote access software option that enables wheel chair and other mobility issues access to full equipment functions at a local PC/monitor next to the equipment. Work Flow Specifications for Item 0004: Multiple Operator Menus- must have two menus to streamline workflow. 1.) A customizable main menu with buttons, which can be organized to fit individual operator workflow needs by determining their number, size and layout. 2.) A customizable quick menu to allow the combining and accessing of routine tasks into a one touch button. Workflow Composition- must be able to create shared and personal favorite buttons to combine scan, e-mail and print into a one button operation. Integration with Copy/ Mail Box/ Print functionality- must be able to handle both a scanned and stored document as an original of the job and finishing can be set for printing. Customized Operator Control Panel- must provide individual operator choices for wallpaper, size and layout of buttons. Item 1004 Option Year 1- Copier specifications and Quantity same as Item 0004 (Base Year) Item 2004 Option Year 2- Copier specifications and Quantity same as Item 0004 (Base Year) Item 3004 Option Year 3- Copier specifications and Quantity same as Item 0004 (Base Year) Item4004 Option Year 4- Copier specifications and Quantity same as Item 0004 (Base Year) Requirements 1.)The contractor shall deliver and install 21 copiers to NSAWC. All copiers must be NMCI approved. The contractor shall provide all consumables (excluding paper) and maintenance for copiers. The contractor shall coordinate with the activity point of contact or the Government designate for exact locations prior to delivery of equipment. 2.)The contractor shall designate a single point of contact (POC) for Government use in communicating issues, concerns or problems on this effort. Although Government staff may coordinate with other contractor staff, this POC shall serve as the single contractor entity responsible for resolving all issues, concerns and problems. 3.)Consumable supplies shall consist of all items necessary to operate the machine in the usual and customary manner it is designed for and at the estimated volumes specified in this statement of work. Consumable supplies include, but are not limited to; parts, rollers, drums, developers, photoconductors, toner and staples. Supplies shall be furnished in a timely manner by the vendor so as to prevent any down time due to non-availability of operational supplies. NSAWC reserves the right to procure all such necessary supplies and charge the vendor for any costs incurred due to such non-availability. 4.)All products offered must be "new" and currently manufactured and manufactured in Countries in compliance with the Trade Agreements Act (TAA) 5.)The Contractor shall provide a telephone number to a call center where NSAWC can place a service request between 0800 and 1700, Monday through Friday, except for federal holidays. The call center shall notify the service technician and the service technician is responsible to be on-site within the time required by the maintenance agreement. The Contractor shall ensure a service technician is available, on call, eight hours per day, five days per week, Monday through Friday from 0800 to 1700. 6.)The Contractor shall provide copier maintenance, to include, at a minimum; on-site, full support service as necessary, including all labor, equipment, service, repair, inspections, parts, rollers, drums, developers, photoconductors, toner, and consumable supplies (except paper), and any incidentals necessary that enables the equipment to be operational at the level of the manufacturer ™s published performance specifications. 7.)This shall also include preventive maintenance, emergency requirements and replacing device or major components including quality problems. 8.)Notify the activity POC at least 2 business days prior to coordinate preventative/scheduled maintenance and base access. 9.)The Contractor shall ensure the instructions, hardware required for installation, operator manual and maintenance schedule are included with the delivery of each copiers The cost of the installation hardware and the manuals shall be included in the bid leasing price of the equipment. 10.)The required effort shall include a minimum of three (3) hours of on-site training at the delivery installation point, and a printed manual to be permanently located with the copier, that provides clear instruction on how to operate each of the copier ™s functions. Electronic versions of the manual or help features within the copier will not be accepted to meet this requirement. The training may be delivered in increments as agreed to by the vendor and NSAWC. 11.)The Contractor shall provide a web-based account management tool to facilitate meter read submission, equipment relocation, and invoice management. FOB Destination Delivery. Product shall be delivered no later than 30 days after contract award. Inspection and acceptance will be performed at the destination by a government representative. The following FAR provisions and clauses are applicable to this procurement: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. 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. 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; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. 52.212-2 -- Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ex: how will your company be able to service copiers in Fallon, NV); (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are less important than price when evaluating offers. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.217-5 -- Evaluation of Options. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 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 30 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 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. The Government intends to award a firm-fixed contract. Must complete the attached spreadsheet for offer submittal Quotes must be received no later than 1:00 PM PST on 19 January 2011. Contact: Michael Oliva email michael.a.oliva@navy.mil Procedures in FAR 13.106 are applicable to this procurement. 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 price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0074/listing.html)
 
Record
SN02359052-W 20110114/110112234403-5ddefedcde92a78d51f685d2e4186050 (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.