Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2011 FBO #3688
SOLICITATION NOTICE

J -- Request for Quote (RFQ) W52P1J-12-Q-0005; Printer Maintenance services within Bahrain Area of Responsibility (AOR)

Notice Date
12/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-Q-0005
 
Response Due
1/3/2012
 
Archive Date
3/3/2012
 
Point of Contact
Jacob Toft, 309-782-7411
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(jacob.toft@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This Request for Quote (RFQ) is issued as a Full and Open Competition and will result in one contract award. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR Part 13. RFQ W52P1J-12-Q-0005 is hereby issued for quotes only. The offeror that has the lowest overall quote and can meet all service requirements below will win the contract award for this RFQ. This requirement is for the procurement of maintenance services for the listed printers below to ensure the printers are in good working condition and also have the capability to restore the printers to good working condition while being used within the Bahrain Area of Responsibility (AOR). List of Printers (System Type & Hardware Specifications) 3 units of INTERMEC 4Mi EASY CODER 3 units of ZEBRA 4M PLUS Service Requirements: The maintenance services will include, but is not limited to: On-site support services against complaints and diagnosis to find out faulty peripherals and fixing, Site visit, inspection, preventive maintenance and recommendation on a monthly basis, Faulty parts replacement without any additional cost to the customer, whether the system is under manufacturer parts' warranty or not, Assistance in the reinstallation or reconfiguration with networks, Telephone support services for minor complaints, Liaise with the hardware and/or software vendors to ensure timely and effective resolution to problems and issues that cannot be resolved locally, Resolution time depends upon nature of problem, however repairing should be done within 2 business days or a functional temporary replacement shall be provided if repair will exceed 2 business days without additional costs to the customer. Services are requested to start on 08 January 2012, with services running to approximately 07 January 2013. Additional services may be added as required. The anticipated period of performance for this contract will be one (1) base year plus two (2) one-year option periods. Pricing should be provided for the following CLIN's: 0001Monthly Printer Maintenance / Servicing 1001 Option Year 1 Monthly Printer Maintenance / Servicing 2001 Option Year 2 Monthly Printer Maintenance / Servicing *Pricing shall be submitted for the Base Period and the two (2) one-year option periods. 0002 Contracting Manpower Reporting Requirement: The contractor shall complete a Contractor Manpower Report for each quarter for performance in fiscal year 2012 in accordance with FAR Reference 52.237-4511. One report will cover the Base Period of Performance and two (2) additional reports will cover the Option Period of Performance, if exercised. The contractor is required to completely fill in all the information in the form using the following web address, http://cmra.army.mil. Reporting shall be completed by 31 October 2012. The following clauses are incorporated by reference: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006), WITH ALTERNATE I (OCT 1995)(41U.S.C. 253G AND 10 U.S.C. 2402) 52.204-7 CENTRAL CONTRACTOR REGISTRATION APR/2008 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS APR/2008 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS JUN/2008 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I (OCT 2010) APR/2002 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAR/2009 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES EXECUTIVE ORDERS--COMMERCIAL ITEMS FEB/2010 52.217-8 OPTION TO EXTEND SERVICES NOV/1999 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR/2000 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (E.O.S., PROCLAMATIONS, AND STATUES ADMINISTERD BY THE OFFICE OF FOREIGN ASSESTS CONTROL OF THE DEPARTMENT OF THE TREASURY) 52.228-3 WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT) APR/1984 52.232-33 PAYMENT ELECTRIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION (OCT. 2003)(31 U.S.C. 3332). 52.242-13 BANKRUPTCY JUL/1995 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE AUG/1996 52.246-4557 MATERIAL INSPECTION AND RECEIVING REPORTS (DD FORM 250) JAN/1995 LOCAL 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR/1984 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES APR/1984 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE NOV/2009 252.222-7002 COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) JUN/1997 252.225-7040 CONTRACTOR PERSONNEL IN THE UNITED STATES CENTRAL COMMAND AREA OF RESPONSIBILITY (DEVIATION 2007-O0010) OCT/2007 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES MAR/2006 252.225-7041 CORRESPONDENCE IN ENGLISH JUN/1997 252.233-7001 CHOICE OF LAW (OVERSEAS) JUN/1997 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (10 U.S.C. 2631). Inspection and Acceptance and Delivery will be at FOB Destination. Contractors must have a valid Cage Code in order to receive Government contracts. Quotes must be in US Dollars. Signed and dated quotes are due by 1130 (11:30 am USA Central Time), on 03 January 2012. All quotes are to be submitted electronically to the following email address: jacob.j.toft.civ@mail.mil. Email is the only acceptable method for receiving quotes in regards to this RFQ. Questions may be addressed electronically to the following email address: jacob.j.toft.civ@mail.mil or Ms. Ashley Fahrenkrug at email ashley.n.fahrenkrug.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f284278a2ce1714e542ff8e8055fbef)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02646094-W 20111230/111228233656-5f284278a2ce1714e542ff8e8055fbef (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.