Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

J -- Copier Maintenance - Attachement 01 - Performance Work Statement

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, 166 AW/LGC, 2600 SPRUANCE DRIVE, CORPORATE COMMONS, NEW CASTLE, Delaware, 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-14-T-1002
 
Archive Date
5/20/2014
 
Point of Contact
Amy Kline, Phone: 3023233474
 
E-Mail Address
amy.kline@ang.af.mil
(amy.kline@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement This is a 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; proposals are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912L5-14-T-1002. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This acquisition is being set-aside exclusively for Small Business concerns. In the event of insufficient small business participation, the government reserves the right to make an award on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 811212, with a size standard of $10,000,000. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-72 dated 30 January 2014 and DPN 20140331. The Delaware National Guard's requirement is to provide maintenance support for various makes and models of government owned copiers. The resulting services contract shall provide full service, high-quality equipment, support, supplies, and maintenance of fifteen (15) copiers listed and described in section 8.0 of the Performance Work Statement (Attachment 01). The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this award. An offer which required the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. GENERAL SUBMITTAL REQUIREMENTS: Submit TOTAL price for each of the following CLINS as outlined in the Performance Work Statement (Section 8.0; Equipment Listing) in order to be considered for award (partial quotes will not be considered): CLIN 0001: Base Year (Quantity 12) ¬¬¬¬¬¬______________ Per Month CLIN 0002: Option Year One (Quantity 12) ¬¬¬¬¬¬______________ Per Month CLIN 0003: Option Year Two (Quantity 12) ¬¬¬¬¬¬______________ Per Month CLIN 0004: Option Year Three (Quantity 12) ¬¬¬¬¬¬______________ Per Month CLIN 0005: Option Year Four (Quantity 12) ¬¬¬¬¬¬______________ Per Month SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) system, online at https://www.sam.gov/ The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 Instructions to Offerors -Commercial Items; 52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; 52.212-3 Offeror Representations and Certifications - Commercial Items ALT I 52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil) Representations and Certifications: The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev,); 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-50 Combating Trafficking in Persons; 52.222-51 Exception from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses; 252.201-7000 Contracting Officers representative; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7001 Buy American and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Submit all offers in response to this synopsis/solicitation to the Point of Contact TSgt Amy Kline electronically to: amy.kline@ang.af.mil. Please submit all questions in writing by email to the aforementioned, questions or inquiries received by telephone will not be addressed. Offers received after 12:00PM Eastern on the required date of submission, May 5, 2014; may not be considered unless determined to be in the best interest of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5-14-T-1002/listing.html)
 
Place of Performance
Address: 2600 Spruance Drive, New Castle, Delaware, 197201615, United States
Zip Code: 01615
 
Record
SN03348567-W 20140426/140424235712-eb069728e37590c3c72d8efe59643029 (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.