Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOLICITATION NOTICE

75 -- DMPOS 45 FACSIMILE MACHINES

Notice Date
6/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
FacsimileKODH1RI845
 
Archive Date
7/26/2011
 
Point of Contact
Diane M Hulett, Phone: 614-693-5527, Teresa Knotts, Phone: 614-693-1974
 
E-Mail Address
diane.hulett@dfas.mil, teresa.knotts@dfas.mil
(diane.hulett@dfas.mil, teresa.knotts@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
*****NOTE***** ESSENTIAL TO CONTACT DIANE HULETT AT diane.hulett@dfas.mil for ADDRESS AND FACILITY ATTACHMENTS. WILL BE PROVIDED BY EMAIL. This is an ALL OR NONE combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This is solicitation number KODUH1RI845 and is issued as a request for quotation (RFQ). This is a Brand name or Equal Solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-52, effective May 31, 2011. The requirement is unrestricted in regard to business size This requirement is unrestricted. The NAICS code is 334210 Small Business standard is 1,000 Employees. The solicitation is for the procurement of: Facsimile Machines-DFAS-DMPO (45 various locations) Brand Name: Xerox 3220/DN or Equal product (FAR 52.211-6) Proposals are due: On or before July 8, 2011 at 12:00 p. m. to Defense Finance and Accounting Service, DFAS-CSD-HCMCOA, Diane M. Hulett, Building 21, Room 2B014, 3990 East Broad Street, Columbus, OH 43213-1152. For information, contact Diane Hulett at (614) 693-5527, facsimile at (614) 693-1808, or Email at diane.hulett@dfas.mil. E-mail quotes are acceptable and preferred. Proposals may be submitted by mail and forwarded to Diane Hulett. Failure to submit any information as requested in this solicitation/synopsis may result in the offeror being removed from consideration for award. ISSUED BY: Issue Date: June 29, 2011 Point of Contact: Diane Hulett Alternate Point of Contact: Teresa Knotts DFAS Contract Services Directorate DFAS Contract Services Directorate 3990 E. Broad Street 3990 E. Broad Street Bldg. 21, Room 2B218 Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Columbus, OH 43213-1152 Phone Number: 614-693-5527 Phone Number: 614-693-1974 Fax Number: 614-693-1808 Fax Number: 614-693-1808 E-mail address: diane.hulett@dfas.mil E-mail address: teresa.knotts@dfas.mil 1. Description/Intent of Work to be Performed: The Government intends to award a single contract to provide facsimile machines to 45 separate locations and 3-year on-site maintenance support for the facsimile machines. Usage is approximately 2,300 documents per quarter faxed to various DFAS organizations. • Brand Name: Xerox 3220/DN WorkCentre 3220 Copy/Print/Color Scan/Fax • 3-year warranty -On-site maintenance • Deliveries to 45 locations see Attachment I of solicitation. • Shipping charges cannot be a line item and must be incorporated into pricing. • Workplace Policy, for the safety and security of DMPO employees, the Contractor shall be required to sign and abide by DFAS Workplace Violence Prevention Policy (see Attachment II of solicitation). The Contractor shall be required to present proper identification (valid pictured identification) and demonstrate the purpose of the visit prior to being granted access to the site. Prior to visiting the site, the contractor shall provide a list of employees to the DMPO to aid in contractor ID verification. • Salient features: a) Multifunctional fax, printer, copier b) 50-page duplex ADF c) Minimum 33.6 Modem d) Shared dual access memory e) Minimum 30 ppm print and Network/PC printer and network/network PC scanner f) Minimum 30 cpm copier g) On-site service maintenance support warranty-required 2. Contract type: Firm Fixed-Price. 3. FOB and Inspection and acceptance: Destination 4. Anticipated Period of Performance or Delivery Schedule: CLIN 0001 Base year: 45 Facsimile Machines Maximum 30 day delivery Unit of Issue: Each CLIN 0002 Base year: Warranty for On-Site Support and Maintenance Services Period of Performance: 1 year - dates determined after award date CLIN 0003 Option Year 1 Warranty for On-Site Support and Maintenance Services Period of Performance: 1 year- dates determined after award date CLIN 0004 Option Year 2 Warranty for On-Site Support and Maintenance Services Period of Performance: 1 year -dates determined after award date 7. Place of Performance: Department of Defense Defense Military Pay Offices 45 delivery and service sites SEE DELIVERY ADDRESSES AND POINTS OF CONTACT - ATTACHMENT I 8. Evaluation factors/ Basis for Selection of Brand Name Requirement (FAR 52.211-6): • The award shall be made to the lowest cost, technically acceptable offer. • Must quote on all items to be considered for award. • The offeror shall, at a minimum, meet the specification listed for Brand Name or Equal/salient features. If an equivalent product is offered features meeting the brand name must be described. • Provide evidence that product conforms to features described. 9. Options - The Government will evaluate quotes for award purposes by adding the total price for all CLINs above, including options. 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). Must quote on Base period and all option periods to be considered for award. Note: Failure to submit any information as requested above may result in the offeror being removed from consideration for award. A quotation does not constitute an award; therefore an obligation to your company is not official until you receive an order for this requirement. 10. Payment - Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod,mil/dfas and click the e-commerce link. 11. The following provisions apply to include any addenda- 52.212-1, Instruction to Offers-Commercial 52.212-2, Evaluation-Commercial Items 52.212-3, Offeror Representations and Certifications- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items apply to this acquisition. 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 52.217-5-Evaluation of Options (Jul 1990) DFARS 252-232-7003, Electronic Submission of Payment Requests (MAR 2007) 508 Standards apply-Applicable Standards: CFR 1194.25. Standards can be found in the Code of Federal Regulations at www.gpoaccess.gov/CFR/. NOTE: the FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil 11. The following DFAS provisions are included in full text in this solicitation and will be included in any resulting Order. 52.217-9 -- Option to Extend the Term of the Contract.Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days 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. DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (May 2003) (a) Submission of the representation referenced in paragraph (b) and (c) is a prerequisite imposed by 36 CFR 1194 for making or entering into this contract. (b) By submitting an offer or quote, the offeror represents that the products and services offered in response to this solicitation comply with the Electronic and Information Technology (EIT) Accessibility Standards at 36 CFR 1194, unless stated otherwise within the quotation or proposal. (c) By submitting an offer or quote, the offeror further represents that any EIT products and services offered in response to this solicitation that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation's requirements. (End of Provision) DAS 52.39-9001 Accessibility of Electronic and Information Technology (May 2003) (a) Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194), as specified in the contract and in the contractor's proposal. If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government may take the following action: (b) In accordance with FAR 12.403 or FAR 49.4 cancel the contract, delivery or task order, purchase, or line item without termination liabilities. (c) The Government reserves the right to accept any EIT product or service that is exempted from complying with 36 CFR 1194 in accordance with FAR 39.204. (End of Clause) DAS 52.39-9002 Section 508 Compliance - Indefinite Delivery/Indefinite Quantity Contracts (May 2003) (a) The Contractor must provide and maintain a comprehensive specific list of all offered electronic and information technology (EIT) products (supplies and services) that fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 CFR Part 1194. The Contractor must clearly indicate where this list (with full details of compliance) can be found (e.g., vendor's web site, or address of other web pages). The Contractor must ensure that the list is easily accessible by typical users beginning five calendar days after award. The Contractor must maintain and keep current this detailed listing of compliant products for the full contract term, including all forms of extensions, and must ensure that it is current within three calendar days of any changes to the product line. (b) The Contractor must ensure that any EIT products offered for sale to DFAS that are less than fully compliant are offered only after extensive market research has been performed sufficient to ensure that the products are the most compliant products and services available in the commercial marketplace that satisfy this contract's requirements. This is an ongoing obligation for all orders placed against this contract. If an EIT product offered under this contract no longer is the most compliant product at the time an order is placed, then before accepting or performing the order, the Contractor must advise the Contracting Officer of that fact, and shall identify for the Contracting Officer all EIT products that are more Section 508 compliant under 36 CFR 1194. If the Contractor delivers an EIT product without having provided any notice as required by this subparagraph, performance will be in default notwithstanding any an acceptance by the Government. Upon receipt of such notice, the Contracting Officer may cancel the order at no cost to the Government or may direct the Contractor to proceed with performance. (End of Clause) DFAS 52.223-9000, "ENVIRONMENTALLY PREFERABLE PRODUCTS" (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government's polices on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offeror's product/service. (a) When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 3 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 252.232-9000 "WIDE AREA WORK FLOW (WAWF) - RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS" (January 2010) (a) As prescribed in DFAS CG 232.70, Wide Area Work Flow (Revision One) contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Payment requests/invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper type payment requests/invoices will no longer be accepted or processed for payment unless the conditions of DFARS 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. A free on-line computer based training module available at http://www.wawftraining.com/. Payment information is available in the "myInvoice" system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF is available at https://wawf.eb.mil. (d) Payments requests shall be submitted via WAWF-RA as (choose single type or multiple type invoices) a 2-in-1, Combo, or as Cost Voucher. (NOTE: Interim and final payment requests for Cost-Reimbursement (CR), Time-and-Materials (T&M), and Labor-Hour (LH) contracts/orders and CR, T&M, and LH CLINS on other types of contracts/orders shall utilize Cost Vouchers.) (e) WAWF-RA invoice types authorized for the submission of payment requests are: (1) Combo - To be used for payment requests for goods or any combination of goods and services. (2) 2-in-1: Normally used for services only contract payment requests; however, it may be used for goods and/or services payment requests. (3) Cost Voucher: Used if requesting payment for CR, T&M, and LH contracts/orders or CR, T&M, and LH CLINs on other types of contracts/orders payment requests. (NOTE: Interim CR, T&M, and LH contracts/orders/CLIN payment requests are to be submitted to DCAA for approval and final CR, T&M, and LH contracts/orders payment requests are to be submitted to the Contracting Officer for approval.) (4) Progress Payments: Used for payment requests when contracts/orders contain FAR 52.232-16, Progress Payments or DFARS 252.232-7004, DoD Progress Payment Rates. (5) Performance Based Payments: Used for payment requests when contracts/orders contain FAR 52.232-32, Performance-Based Payments. (f) DoD Address Activity Code (DoDAACs) or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s) regardless of other DoDAACs used on the contract. (NOTE: If EDA is used to pre-populate the Address DoDAAC information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below.) (1) Issued by DoDAAC (2) Admin DoDAAC (3) Payment DoDAAC (4) Acceptor DoDAAC for the office/individual authorized to reject, accept and approve documents for payment. The Contractor, prior to submitting invoices in WAWF, must contact the COR/GPOC to confirm the correct ACCEPTOR DoDAAC. (EXCEPTION: For CR, T&M, and LH contracts/orders and CR, T&M, and LH CLINs on other types of contracts, interim payment requests shall reflect the cognizant DCAA Office (Contractor should obtain this DoDAAC from the CO to confirm the correct DCAA ACCEPTOR DoDAAC.) and final payment requests must be marked as final by checking the box when WAWF asks if this is a final billing and routed to the ACO DoDACC for approval.)) (5) Inspected By DoDAAC (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered - generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC.) (6) LPO DoDAAC/ EXT (Leave blank unless the DFAS activity is requesting the Local Processing Office (LPO) function be utilized and has provided the DoDAAC.) (g) The Contractor shall send e-mail notification to the following listed addresses when submitting payment requests in WAWF-RA, as applicable. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More E-mail Notification" on the page that appears and shall input applicable e-mail addresses (see below). NOTE: This additional notification to the government is required to ensure that the acceptor/receiver is aware that an invoice document has been submitted into the WAWF-RA system. For example, when submitting a cost voucher for payment of CR, T&M, and LH contracts/CLINs, the email notification will alert the COR to review the invoice prior to DCAA acceptance. (E-mail addresses can be obtained from COR or CO). (1) WAWF Acceptor (2) Contracting Officer Representative (COR) N/A (3) Government Point of Contact (GPOC) (4) Alternate COR (ACOR) or GPOC (AGPOC) N/A (5) Cognizant DCAA Office N/A (END OF CLAUSE) DFAS Contracting Guidance 204.2, Replacement of Paper Document Distribution with Electronic Document Access (EDA) As of February 1, 2007, the DFAS Contract Services Directorate (Issuing Office) will no longer make paper of email distribution of contract documents. All DFAS contracts and modifications are available on the Electronic Document Access (EDA) website (http://eda.ogden.disa.mil). The website provides access information as well as EDA Help Desk Support.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/FacsimileKODH1RI845/listing.html)
 
Place of Performance
Address: 45 DMPO Locations including Alaska, Hawaii, and Puerto Rico., *****NOTE***** ESSENTIAL TO CONTACT DIANE HULETT AT diane.hulett@dfas.mil for ADDRESS AND FACILITY ATTACHMENTS. WILL BE PROVIDED BY EMAIL., United States
 
Record
SN02486049-W 20110701/110629235354-e0bd58a4fa08ead9f2732e00f3b2d7f5 (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.