Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

J -- MAINTENANCE SERVICE AGREEMENT FOR KONICA COPIERS

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0056
 
Response Due
12/27/2011
 
Archive Date
12/27/2012
 
Point of Contact
DEBBIE WOLESLAGLE 910-450-5405
 
E-Mail Address
deborah.woleslagle@usmc.mil
(deborah.woleslagle@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for non-personal services items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. The solicitation number M67001-12-Q-0056 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This solicitation is a SMALL BUSINESS SETASIDE. The North American Industrial Classification System (NAICS) code for this requirement is 811212 (small business under $25M). The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: FULL SERVICE MAINTENANCE ON GOVERNMENT-OWNED KONICA COPIERS LOCATED AT THE MARINE CORPS AIR STATION NEW RIVER, JACKSONVILLE, NC. DUE TO WARRANTY, VENDOR MUST BE AN AUTHORIZED DEALER FOR KONICA COPIER MAINTENANCE. MUST BE ABLE TO RESPOND TO SERVICE CALLS NO MORE THAN 6 HOURS FROM CALL (DURING WEEKDAY WORK HOURS). MAINTENANCE SERVICE AGREEMENT MUST INCLUDE ALL PARTS, LABOR, TONER AND DEVELOPER FOR ALL COPIERS. CLIN 0001: Full Service Maintenance on a KONICA Model 7155 copier to include up to 37,500 impressions per quarter; CLIN 0002: Full Service Maintenance on a KONICA Model 7155 copier to include up to 37,500 impressions per quarter; CLIN 0003: Full Service Maintenance on a KONICA Model 7020 copier to include up to 15,000 impressions per quarter; CLIN 0004: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0005: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0006: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0007: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0008: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0009: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0010: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0011: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0012: Full Service Maintenance on a KONICA Model 7022 copier to include up to 15,000 impressions per quarter; CLIN 0013: Full Service Maintenance on a KONICA Model 7020 copier to include up to 15,000 impressions per quarter; CLIN 0014: Full Service Maintenance on a KONICA Model 7020 copier to include up to 15,000 impressions per quarter; CLIN 0015: Excess copies for all copiers. Billed quarterly. QUOTE REQUESTED IS FOR A BASE YEAR ON CLINS LISTED ABOVE, AS WELL AS, FOR FOUR (4) OPTION YEAR PERIODS. PERIOD OF PERFORMANCE: BASE YEAR: 01 JANUARY 2012 THRU 31 DECEMBER 2013; 1ST OPTION YEAR: 01 JANUARY 2013 THRU 31 DECEMBER 2014; 2ND OPTION YEAR: 01 JANUARY 2014 THRU 31 DECEMBER 2015; 3RD OPTION YEAR: 01 JANUARY 2015 THRU 31 DECEMBER 2016; 4TH OPTION YEAR: 01 JANUARY 2016 THRU 31 DECEMBER 2017. The Government will award the contract to the quoter that offers the lowest price technically acceptable to the Government. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; FAR 52.222-41 Service Contract Act. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter is required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is 27 DECEMBER 2011 at 12:00 (12:00 PM) EST. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quotes to deborah.woleslagle@usmc.mil or fax to (910) 451-2331.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0056/listing.html)
 
Place of Performance
Address: 1116 BIRCH STREET, CAMP LEJEUNE, NC
Zip Code: 28542
 
Record
SN02642643-W 20111222/111220234527-0343154aad128b987350eb95c2abad72 (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.