Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

D -- Sun Server and Workstation Repair and Replacement Services - Package #1

Notice Date
6/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
BEP-RFQ-14-0472
 
Archive Date
7/9/2014
 
Point of Contact
Paul V. Garner, Phone: 2406138131
 
E-Mail Address
paul.v.garner@irs.gov
(paul.v.garner@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) Brand Name Justification 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 solicitation is issued as a Request for Quotation (RFQ). This solicitation is a total small business set-aside. The applicable NAICS code for this requirement is 811212 "Computer and Office Machine Repair and Maintenance"". The size standard is $25.5 million. Only quotes from offerors that qualify as small businesses under the applicable NAICS code will be considered for award. The IRS Office of BEP Acquisition is requesting quotes for SUN Server and Workstation Equipment and Operating System Repair Services. These services are to be provided to the Bureau of Engraving and Printing (BEP) in accordance with the attached Performance PWS. This solicitation is limited to Brand Name products only. The justification is included in this posting as an attachment. This requirement consists of a Base Year and 2 Option Years as follows: Base Year: 7/03/2014 - 7/02/2015 Option Year 1: 7/03/2015 - 7/02/2016 Option Year 2: 7/03/2016 - 7/02/2017 This requirement includes both Firm-Fixed-Price (FFP) and Cost Reimbursement (CR) Not to Exceed (NTE) line items as follows: Base Year CLIN 0001 FFP Maintenance Support Services (All services defined in the PWS) CLIN 0002 CR/NTE Travel Costs (TBD at award) CLIN 0003 CR/NTE Equipment Replacement Costs (TBD at award) Option Year 1 CLIN 1001 FFP Maintenance Support Services (All services defined in the PWS) CLIN 1002 CR/NTE Travel Costs (TBD at award) CLIN 1003 CR/NTE Equipment Replacement Costs (TBD at award) Option Year 2 CLIN 2001 FFP Maintenance Support Services (All services defined in the PWS) CLIN 2002 CR/NTE Travel Costs (TBD at award) CLIN 2003 CR/NTE Equipment Replacement Costs (TBD at award) All offerors must include a completed and signed copy of the following clause: 52.209-5 "Certification Regarding Responsibility Matters" (Treasury Deviation) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law (FEB 2012) (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] Been convicted of a felony criminal violation under any Federal law within the preceding 24 months. (End of Clause) All quotes must be submitted via email to Paul.V.Garner@irs.gov by 5:00PM EST on 6/24/2014. All questions must be submitted via email to Paul.V.Garner@irs.gov by 5:00PM EST on 6/19/2014. Quotes shall include a brief explanation of the offeror's capabilities to provide the services described in the PWS. Quotes must provide Firm Fixed Pricing for CLINS 0001, 1001, and 2001. The not to exceed limits for the Travel and Equipment Replacement CLINS will be determined by the government at the time of award. In addition, quotes must contain a total price for all base and option years combined. Quotes that fail to provide all required information and documentation will be rated as technically unacceptable and will not be considered for award. Quotes that take exception(s) to the terms of the solicitation will not be considered for award. Any issues or exception(s) to the solicitation should be identified by offerors via email to Paul.V.Garner@irs.gov prior to the due date for questions. 52.212-2 Evaluation- Commercial Items. Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA). A technically acceptable offer contains all information requested in the solicitation and satisfactorily explains the capability of the offeror to perform the requirement. An offer may be considered unacceptable if a search of PPIRS or FAPIIS reveals negative performance documentation for the offeror. (b) Options. The Government will evaluate offers for award purposes by adding together the proposed prices for CLINS 0001, 1001, and 2001. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Clauses incorporated by full text: DTAR 1052.210-70 Contractor publicity. Contractor Publicity (AUG 2011) The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the Contracting Officer. Should any reference to such equipment or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this provision may be considered during the evaluation of past performance in future competitively negotiated acquisitions. (End of clause) DTAR 1052.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (AUGUST 8, 2012) a. Definitions. As used in this clause- 1. "Payment request" means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Payment clause included in this contract. 2. [Reserved] b. Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Internet Payment Platform (IPP). Information regarding IPP is available on the Internet at https://www.ipp.gov. Assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. c. The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing.d. If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (End of clause) FAR 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of Clause) Additional FAR Clauses Incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.232-39 Unenforceability of unauthorized obligations FAR 52.232-40 Accelerated payment to small business subcontractors FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7 -- System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-50, Combating Trafficking in Persons (Feb 2009) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/BEP-RFQ-14-0472/listing.html)
 
Place of Performance
Address: 14th and C Streets, SW, Washington, District of Columbia, 20228-0001, United States
Zip Code: 20228-0001
 
Record
SN03399684-W 20140620/140619022539-e56011fe50a1f08c942034a3432206af (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.