Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
DOCUMENT

J -- Microfiche Reader Maintenance Agreement - Attachment

Notice Date
9/22/2014
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V14Q1247
 
Response Due
10/7/2014
 
Archive Date
11/6/2014
 
Point of Contact
Jorge Martin
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION i.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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. ii.VA101V-14-Q-1247 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76. iv.The solicitation is set aside for small business concerns only. The applicable NAICS Code for this solicitation is 811212 and the Small Business Size limitation is $27.5 Million. v.The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide Microfiche Reader maintenance and repair services. CLIN Base Year 0001: Provide maintenance and repair services, Quantity: 12, Unit of Issue: Month CLIN Option Year 1001: Provide maintenance and repair services, Quantity: 12, Unit of Issue: Month CLIN Option Year 2001: Provide maintenance and repair services, Quantity: 12, Unit of Issue: Month CLIN Option Year 3001: Provide maintenance and repair services, Quantity: 12, Unit of Issue: Month CLIN Option Year 4001: Provide maintenance and repair services, Quantity: 12, Unit of Issue: Month vi.Description of Requirement This Statement of Work delineates the various tasks and activities required for Microfiche Reader maintenance and repair services. The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide Microfiche Reader maintenance and repair services Part 1. General Information 1. Background: The Department of Veterans Affairs (VA) Records Management Center (RMC) has a requirement to provide maintenance and repair services for eight (8) MS 6000 Microfiche Readers. The VA intends to make a single (all or none), firm fixed price award for a 12 month period with four option years. The evaluation criteria are Lowest Priced and Technically Acceptable. 1.2. Scope of Work: The contractor shall furnish all repair parts, labor, transportation and supplies required to accomplish inspecting, cleaning, lubricating, adjusting, calibrating and repairing of the Microfiche Readers. Contractor shall maintain the Microfiche Readers at levels necessary to provide the specified functions to meet the manufacturer's current equipment specifications. 1.3. Applicable Documents: VA Handbook 6500 1.4. Period of Performance: The base year Period of Performance will be 12 months starting as of contract award date with four 12 month option years. 1.5. Safety Requirements: While in performance of the resultant contract, the contractor shall maintain safety and health standards compliant with requirements of the Occupational Safety and Health Administration (OSHA) and adhere to VAAR 852.237-70 Contractor responsibilities. 1.6. Security Requirements: Upon entering VA buildings the contractor and/or contractor employees will be required to show proof of identity (must have a valid photo ID) as well as pass through a security screening. All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. 1.6.1. The contractor shall not disclose or cause to disseminate any information concerning operations of Department of Veterans Affairs. Such action(s) could result in violation of the contract and possible legal actions. 1.6.2. VA Privacy and Information Security, and Contractors Rules of Behavior (course number 10176) must be completed in VA Talent Management System (TMS) prior to performing the contract. All contractor employees requiring access to VA information and VA information systems shall complete course number 10176 before being granted access to VA information and its systems. Sign and return to the contracting officer a hard copy of understanding of and responsibilities for compliance with the Contractor Rules of Behavior. 1.6.3. The contractor must complete the training listed in paragraph 1.6.2 before performing any maintenance or repairs services. Part 2. Definition and Acronyms: N/A Part 3. Government-Furnished Items and Services 3.1 The following table includes the model, serial number, brand and designated building location and address for the Microfiche Readers: Model #Serial #LocationBrand 1MS 6000340149861 Archives Drive, Suite 101, St. Louis Mo 63138Konica Minolta 2MS 6000340150041 Archives Drive, Suite 101, St. Louis Mo 63138Konica Minolta 3MS 6000330072111 Archives Drive, Suite 101, St. Louis Mo 63138Konica Minolta 4MS 6000330072621 Archives Drive, Suite 101, St. Louis Mo 63138Konica Minolta 5MS 6000340149901 Archives Drive, Suite 101, St. Louis Mo 63138Konica Minolta 6MS 6000330072101 Archives Drive, Suite 101, St. Louis Mo 63138Konica Minolta 7MS 6000350188911 Archives Drive, Suite 101, St. Louis Mo 63138Konica Minolta 8MS 6000350188874300 Goodfellow, Bldg 102E, St. Louis, MO 63120Konica Minolta Part 4. Contractor-Furnished Items and Services 4.1 The contractor shall furnish all personnel, materials, labor, parts, supplies, travel, supervision and equipment required to perform work under the resulting contract, to include but not limited to, tools and expendable items. 4.2 The contractor shall provide one designated point of contact (POC) to the government's designated representative for coordination of parts delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of the resulting contract. 4.3 The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 4.4 Parts/Supplies Availability: The contractor shall have an inventory of parts and supplies in quantities sufficient to effectively service the resulting contract. The contractor shall have an internal inventory system and delivery system for the parts and supplies. The inventory and delivery system must be sufficient to service the contract in accordance with the maintenance response times specified in paragraph 5.1 4.5 Personnel Qualifications: The contractor shall be required to provide fully qualified and manufacturer trained or certified service, delivery, and management personnel in sufficient numbers to actively and efficiently service and support the Microfiche Readers in place during the contract period. 4.6 The contractor shall oversee the routine scheduled and unscheduled maintenance and repair of all RMC Microfiche Readers list in SOW paragraph 3.1. Part 5. Specific Tasks 5.1 Service Calls: The contractor shall respond to service calls during normal working hours, Monday through Friday, excluding holidays observed by the Federal Government. The contractor shall respond to verbal service calls and is expected to initiate the repairs within eight (8) working hours after notification of malfunction. The response time on a service call starts when the service call is placed to the contractor. The service technician shall report to the service requestor and notify of his/her arrival and verify the problem for which the service call was made. If the service call is not completed, the service technician shall contact the government's designated representative and provide a detailed explanation as to why the Microfiche Reader was not repaired and provide an estimated time for completion of the required repairs. The contractor shall complete the repairs and satisfactorily resolve the problem by effectively restoring the Microfiche Reader to normal operating capability within 24 hours of responding. 5.2 Preventive Maintenance: The Contractor shall be responsible for performing all routine maintenance and repair work required to maintain the Microfiche Readers in the condition prescribed by the original equipment manufacturer's recommended guidelines and/or warranty requirements where the warranty remains in force. The Contractor shall provide at least one preventative maintenance call per year. Contractor shall replace all damaged components of the Microfiche Readers. The contractor shall examine, lubricate, test, adjust the equipment, and as conditions warrant, repair or replace parts in accordance with original equipment manufacturer standards. Contractor shall maintain the Microfiche Readers in at levels necessary to provide the specified functions to meet the manufacturer's current equipment specifications. 5.3 The contractor shall provide one (1) consolidated monthly invoice in arrears that includes the following information. Contract and Obligation Numbers; if applicable the description of repair services rendered;, Company Name; Address and phone number; Invoice Date; Invoice Number (Note that each invoice must have a different invoice number); and one (1) consolidated monthly contracted rate for all eight (8) Microfiche Readers listed in SOW paragraph 3.1. 5.4 The Contractor shall provide recommendations for upgrade or replacement of equipment based on periodic maintenance and/or other factors based on the hardware manufacturer's specification. Part 6. Government Point of Contact/Contracting Officer Representative (COR): TBA Part 7. Changes to the Statement of Work (SOW): Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor vii.Period of Performance: The base year Period of Performance will be 12 months starting with the award effective date of the contract. The four option years' period of performance are 12 months each. FOB Destination Point: Records Management Center located at 1 Archives Drive, Suite 101, St. Louis Mo 63138. viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.209-5 Certification Regarding Responsibility Matters (APR 2010) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.217-5 Evaluation of Options (JUL 1990) 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification. 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) ix. Offers will be evaluated as follows: 1.Criteria: The Government will evaluate offers submitted in response to this solicitation on a Lowest Evaluated Price, Technically Acceptable basis. All quotes will be evaluated for Technical Acceptability. The Contractor's offer will be compared to the technical requirements depicted within the attached Statement of work (SOW). If the Offered services do not meet or exceed the specifications and quality per the SOW, the Contractor's overall offer will be found to be Technically Unacceptable. 2.Price: As stated in VAAR Clause 852.215-70, extra credit will be given to properly registered SDVOSB/VOSB's. a.A qualifying SDVOSB's Evaluated Price will be set at 10% less than their quoted price. b.A qualifying VOSB's Evaluated Price will be set at 5% less than their quoted price. c.All other Technically Acceptable Quotes will have Evaluated Prices equal to their quoted price. 3.Technical Acceptability: The Government will evaluate quotes submitted in response to the solicitation for the technical capability to meet this requirement. Included with each Contractor's quote, the Offeror is to provide a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. 4.Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced, Technically Acceptable based upon the stated strategy above. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) Subcontracting Commitments - Monitoring and Compliance: This solicitation includes VAAR Clause 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in the assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end the support contractor(s) may be required access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information of data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services that support contractor(s) will perform in assessing compliance are advisory assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibility (APR 1984) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (8)52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (14)52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (25)52.219-28Post-Award Small Business Program Representation (Jul 2013) (28) 52.222-3 Convict Labor (June 2003) (30)52.222-21Prohibition of Segregated Facilities (FEB 1999) (31)52.222-26Equal Opportunity (MAR 2007) (33) 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (42)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (46)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (52)52.232-33Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) Paragraph c clauses applicable: (6) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements. xiii.N/A xiv.N/A xv.Offers are due no later than Oct 7, 2014 by 12:00 PM Central Time. Offers shall be submitted electronically to email address Jorge.Martin@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-14-Q-1247. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section and please submit a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi.For additional information, please contact the Contracting Officer, Jorge Martin at (314) 552-9563, or by e-mail to Jorge.Martin@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V14Q1247/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-14-Q-1247 VA101V-14-Q-1247.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1645733&FileName=VA101V-14-Q-1247-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1645733&FileName=VA101V-14-Q-1247-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Records Management Center;1 Archives Drive, Suite 101;St. Louis Mo 63138
Zip Code: 63138
 
Record
SN03523285-W 20140924/140923000718-d62b5fe973156cf8566cf6ad1ed206b5 (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.