Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2013 FBO #4102
DOCUMENT

W -- HP DESIGNJET LEASE - Attachment

Notice Date
2/14/2013
 
Notice Type
Attachment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
VISN 2 NCO (2-90);CONTRACTING OFFICER;DEPARTMENT OF VETERANS AFFAIRS;1304 BUCKLEY ROAD, SUITE C102;SYRACUSE, NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52813R0132
 
Response Due
2/20/2013
 
Archive Date
4/21/2013
 
Point of Contact
Allison Dubin
 
E-Mail Address
25-4400
 
Small Business Set-Aside
N/A
 
Description
Title: Lease of an HP Design Jet T-1200 HD Description: The Batavia VA Medical center is requesting proposals from qualified suppliers to establish a contract to start from March 1, 2013 through September 30, 2013 with three (1) year renewal options for the lease of an HP Design Jet T-1200 HD wherein the contractor supplies installation, start-up, training, and maintenance. Place of Performance: Batavia VA Medical Center 222 Richmond Avenue Batavia, New York If interested, please contact the Contract Specialist below for a copy of the Request for Proposal packet. Primary Point of Contact: Allison Dubin, Contract Specialist Email: Allison.Dubin2@va.gov Tel: 315-425-4400 x54049 Secondary Point of Contact: Steve Tompkins, Contracting Officer Email: Steve.Tompkins@va.gov Tel: 315-425-4400 x54693 Contracting Office Address: Visn 2 NCO 1304 Buckley Road, Suite C102 Syracuse, NY 13212 Closing Date of Submission: February 20, 2013 at 3:00 pm (Eastern) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and will be issued by the Contracting Officer upon written request (email). Under Statutory Authority 41 U.S.C. 253 (1) the Batavia VA Medical Center anticipates entering into a procurement for a lease an HP Design Jet T-1200 HD. (ii) The reference/solicitation number is VA-528-13-R-0132 and the solicitation is issued as a request for proposals (RFP). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 423430 (size standard of 100 employees) applies to this solicitation. (v) This requirement consists a lease of an HP Design Jet T-1200 HD (vi) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (brand name Hewlett Packard) (vii) Delivery and acceptance of deliverables will be FOB destination by March 1, 2013 to Batavia VA Medical Center, Batavia VA Medical Center, 222 Richmond Avenue, Batavia, New York. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.209-7 Information Regarding Responsibility Matters, 52.216-1 Type of Contract, 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, 852.233-71 Alternate Protest Procedure, 852.236-76 Correspondence, and 852.237-70 Contractor Responsibilities. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are Evaluation will be made on the basis of: Response time offered, Training plan offered, Maintenance plan offered, Price offered. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its proposal (a copy of the provision may be attained from https://www.acquisition.gov/far/ or (2) complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (2) and (3)) 52.219-28 Post Award Small Business Program Representations (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (MAR 2009) (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-50 Combating Trafficking in Persons, 52.225-1 Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the System for Award Management (SAM). SAM information may be found at https://www.sam.gov/. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Wednesday, February 20, 2013, by 3:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to allison.dubin2@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to allison.dubin2@va.gov. Lease of HP Design Jet T-1200 HD Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. The Batavia VA Medical Center, 222 Richmond Avenue, Batavia, New York is in need of a Hewlett Packard wide format plotter and scanner. The requirement is for the lease of a HP Designjet T-1200HD and associated parts, software, and maintenance. Lease includes installation, start-up, training, and maintenance. Maintenance includes assuring the proper operations of the equipment, including, but not limited to: all transportation, installation, labor, unlimited software updates and support, parts, onsite service, unlimited telephone support, and providing the necessary training to personnel on proper equipment operation. Contractor will be required to provide one year (with potential for option years) servicing to the equipment and must have a response time of 48 hours to emergency services when needed. Performance Period: The period of performance is 7 months and 3 option years. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Base: Beginning:March 1, 2013 through September 30, 2013 Option year one: Beginning October 1, 2013 thru September 30, 2014 Option year two: Beginning October 1, 2014 thru September 30, 2015 Option year three: Beginning October 1, 2015 thru September 30, 2016 Type of Contract: Firm-Fixed-Price Place of Performance: Batavia VA Medical Center, 222 Richmond Avenue, Batavia, New York
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52813R0132/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-13-R-0132 A00001 VA528-13-R-0132 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=618913&FileName=VA528-13-R-0132-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=618913&FileName=VA528-13-R-0132-A00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02988841-W 20130216/130214235227-1dbf6fbdbb63310e02d2c61e93cfdf5b (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.