SOLICITATION NOTICE
J -- Two Konica bizhub Digital Press Systems Maintenance - Provisions and Clauses (P&C) - Request for Quote (RFQ) - CLIN Structure - Required Provisions
- Notice Date
- 12/18/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-14-Q-B026
- Archive Date
- 1/31/2014
- Point of Contact
- Andrew E. Lee, Phone: 3012951914
- E-Mail Address
-
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- HU0001-14-Q-B026 Required Provisions to be Completed and Submitted HU0001-14-Q-B026 CLIN Structure to be Completed and Submitted HU0001-14-Q-B026 Request for Quote (RFQ) HU0001-14-Q-B026 Provisions and Clauses (P&C) [See the attached Request for Quote (RFQ) document for complete detail] General Overview: The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for an annual maintenance service of Konica bizhub PRO C6501 (S/N A0U0012000014) and Konica bizhub PRO 1050e (S/N 58UJ00001). The USU is the only Federal health sciences university and we are committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense (DoD) and the United States Public Health Service (PHS) and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-71, effective November 25, 2013 and Defense Federal Acquisition Regulation Supplement (DFARS), effective December 16, 2013. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 811212 Computer and Office Machine Repair and Maintenance with a size standard of $25,500,000. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors not registered on SAM.gov with completed Reps & Certs will not be eligible for award. Offerors interested in responding to this requirement must provide a quote for an annual maintenance service of Konica bizhub PRO C6501 (S/N A0U0012000014) and Konica bizhub PRO 1050e (S/N 58UJ00001), which at a minimum, meets the specifications listed below. A single firm fixed-priced (FFP) option-year order will be awarded. Minimum Specifications: An annual maintenance service of Konica bizhub PRO C6501 (S/N A0U0012000014) and Konica bizhub PRO 1050e (S/N 58UJ00001). The general, estimated annual usage volume are as follows: a.Konica bizhub PRO C6501 (S/N A0U0012000014) Color total: 300,000 pages B&W total: 130,000 pages b.Konica bizhub PRO 1050e (S/N 58UJ00001) B&W total: 480,000 pages The offeror must provide unlimited emergency (remedial) repairs on an as-needed basis with at least one (1) annual preventive maintenance (PM) inspection visit during the period of performance (PoP) spanning December 18, 2013 to December 17, 2016 (one (1) base year + two (2) option-year periods). The offeror must also provide all the necessary consumables during the contract PoP. Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs): [See attached CLIN Structure document] In order to be considered for award, offerors must provide a quote for all CLINS listed. Offerors must complete the attached CLIN Structure table with all pertinent pricing information to be considered for award. Evaluation / Award Detail: The Government intends to award a single firm-fixed-priced (FFP) option year order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. Evaluation Factors (in order of importance): 1.Technical. Offerors must provide their technical approach to satisfying the requirement detailed in this solicitation. Offerors must display a clear understanding of the requirement and must include the following statement: "The offeror understands the requirement and the submitted quote meets all the stated objectives." Those quotes that fail to demonstrate a clear understanding may not be considered for award. 2.Corporate Experience. Offerors are required to provide a narrative of their corporate experience in maintaining Sequence Detection System. 3.Price. Offerors must include all applicable costs, e.g. parts, labor, transportation, etc., in their quote. The total quoted price for all components, inclusive of options, will be the evaluated price. 4.Past Performance. The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following information must be provided for each reference: a.Name of client and address; b.Name of current PoC, including title, phone number, and email address; c.Contract number, if available; d.Contract value (total cost); e.Contract period of performance (PoP); and f.A clear description of the service provided. The place of performance is: Uniformed Services University of the Health Sciences (USU) 4301 Jones Bridge Road Bethesda, MD 20814-4799 See attached documents for applicable provisions and clauses for this requirement. Offerors must complete the two required provisions and submit it in their quote package. The Government reserves the right to award without discussions. Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by December 20, 2013. Any question received after December 20, 2013 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around December 23, 2013. Quote packages are due by 10:00PM EST on December 27, 2013. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-Contact, including name, email address, and phone number; c.Dun & Bradstreet (DUNS) Number; d.Tax Identification Number (TIN). TIN may be used by the Government to collect and report on any delinquent amounts arising out of the contractor's relationship with the Government (31 U.S.C 7701(c)(3) - FAR 13.106-3(e)); and e.If applicable, a statement that acknowledges the latest solicitation amendment number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c7961ea7ca0876874fdb337bd69d1d30)
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN03253987-W 20131220/131218234818-c7961ea7ca0876874fdb337bd69d1d30 (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 |