Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2015 FBO #4852
DOCUMENT

J -- Provide comprehensive maintenance to include toner, drums, parts, labor, preventive maintenance calls and repair loaners to black and white Canon copiers and one color Canon Include cost of overages. POP 04/01/2015-09/30/2015 - Attachment

Notice Date
3/6/2015
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Central Area Contracting;125 S. Main Street;Muskogee, OK 74401
 
ZIP Code
74401
 
Solicitation Number
VA101V15Q0318
 
Response Due
3/16/2015
 
Archive Date
5/15/2015
 
Point of Contact
Kris Kelly
 
E-Mail Address
kelly@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. ii.VA101V-15-Q-0318 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 iv.The solicitation is set aside for small business concerns only. The applicable NAIC Code for this solicitation is 811212, and the Small Business Size limitation is 14 million. v.Description of Requirement The Department of Veterans Affairs, Little Rock VA Regional Office, 2200 Fort Roots Drive, Bldg. 65, North Little Rock, AR, has a requirement for maintenance of leased copiers. The copiers are Canon copiers. The maintenance agreement is to cover 7 leased copiers until the termination of the latest copier lease. This lease may be modified at any time be in accordance with the number of copiers maintained at the facility In order to provide preventative and maintenance services, the contractor shall provide all services, tools, equipment, transportation, facilities, and supervision to provide preventative maintenance services on the equipment specified above to the Department of Veterans Affairs, North Little Rock, AR 1.CONTRACTOR RESPONSIBILITIES The contractor shall provide comprehensive maintenance to include toner, drums, parts labor, preventative maintenance calls and loaners. a. Routine maintenance per contractor's recommended schedule to maintain high level of equipment performance and address/prevent potential performance issues. b. Trouble calls- access to local technical support staff during normal business hours. SERVICE REQUIREMENTS Planned Maintenance (i)The contractor shall provide testing, calibration, cleaning, and other preventative maintenance services to ensure equipment is functioning properly and within normal manufacturer's tolerances. (ii)After completion of the preventative maintenance inspection, the contractor shall identify defects and potential problems areas and provide a planned maintenance report to the Contracting Officer identifying areas of concern and /or potential repairs. 2. OTHER REQUIREMENTS Government's Exclusive Right To Grant Access The Contracting Officer's action to prohibit any employee from performing on base is a unilateral right of the government to meet the needs of government. There will be no cost increase associated with such action, nor can the contractor protest the right of the government to prohibit access. Identification/Building Pass A controlled personnel identification system is in place and contractor personnel will receive and wear their personnel identification badge while performing services under this contract. The government will provide identification badges. These badges are controlled items and will be reported immediately if lost to the COR. The Contractor shall ensure that all identification badges are returned to the issuing agency when employees are reassigned to another location, terminated, resign, or upon expiration of the contract. 1.Performance Period: The tutoring services shall be performed from the date of the contract for approximately one year (12 months) from award. The Government is anticipating a base plus three option periods. 2.Type of Contract: The government contemplates award of a firm fixed-price contract for the work to be performed under this Statement of Work. 3.Holidays: The contractor will not be required to perform any work for the government on any of the following federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. 4.Changes To Statement of Work Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 5.Confidentiality and Non-Disclosure 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. 6.Contract Security Requirements The C&A requirements do not apply to this contract. A security accreditation package is not required. The contract will obtain a PIV and be supervised while performing work at the Government facility. Price/Cost Schedule Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00001Contract Period: Base POP Begin: 04-01-2015 POP End: 09-30-2015 Provide comprehensive maintenance to include toner, drums, labor, preventative maintenance, repairs and loaners for Canon IR3235 (6) RG675, RG676, RG677. RG678, RG680, RG940 and one CANON IR ADV4251G.6.00MO____________________________________ 00002Contract Period: Base POP Begin: 04/01/2015 POP End: 09-30-2015 Copies in excess of 300,000 black and white and 40,000 color copies per year.0.00EA____________________________________ 10001Contract Period: Option 1 POP Begin: 10-01-0015 POP End: 09-30-2016 Provide comprehensive maintenance to include toner, drums, labor, preventative maintenance, repairs and loaners for Canon IR3235 (6) RG675, RG676, RG677, RG678, RG680, RG940 and one comparable Canon IR ADV4251G. 12.00MO____________________________________ 10002Contract Period: Option 1 POP Begin: 10-01-2015 POP End: 09-30-2016 Copies in excess of 300,000 black and white and 40,000 color copies per year.0.00EA____________________________________ 20001Contract Period: Option 2 POP Begin: 10-01-2016 POP End: 09-30-2017 Provide comprehensive maintenance to include toner, drums, labor, preventative maintenance, repairs and loaners for Canon IR3235 (6) RG675, RG676, RG677, RG678, RG680, RG940 and one Canon IR ADV4251G.. 12.00MO____________________________________ 20002Contract Period: Option 2 POP Begin: 10-01-2016 POP End: 09-30-2017 Copies in excess of 300,000 black and white and 40,000 color copies per year.0.00EA____________________________________ 30001Contract Period: Option 3 POP Begin: 10-01-2017 POP End: 09-30-2018 Provide comprehensive maintenance to include toner, drums, labor, preventative maintenance, repairs and loaners for Canon IR3235 (6) RG675, RG676, RG677, RG678, RG680, RG940 and one Canon IR ADV4251G. 12.00MO____________________________________ 30002Contract Period: Option 3 POP Begin: 10-01-2017 POP End: 09-30-2018 Copies in excess of 300,000 black and white and 40,000 color copies per year.0.00EA____________________________________ GRAND TOTAL__________________ vi.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: vii. 52.209-5DEV Representations by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (DEC 2009) 52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998) 52.216-1Type of Contract (APR 1984) 52.232-38Submission of Electronic Funds Transfer Information With Offer (JULY 2013) 52.233-1 Disputes (MAY 2014) 52.233-2Service of Protest (SEP 2006) 52.225-25Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to IRAN-Representations and Certifications (DEC 2012) 52.216-18Ordering (OCT 1995) 52.216-19Order Limitations (OCT 1995) 52.216-22Indefinite Quantity (OCT 1995) 52.217-8Option to Extend Services (NOV 1999) 52.217-9Option to Extend the Term of the Contract (MAR 2000) 52.232-18Availability of Funds (APR 1984) 52.232-39Unenforceability of Unauthorized Obligations (JUN 2013) VAAR 852.232-72Electronic Submission of Payment Requests (NOV 2012) VAAR 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852-233-71Alternative Protest Procedure (JAN 1998) VAAR 852.237-70Contractors Responsibilities (APR 1984) VAAR 852.270-1Representatives of Contracting Officers (JAN 2008) VAAR 852.273-74Award Without Exchanges (JAN 2003) viii.FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Offers will be evaluated on price only. ix.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. x.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.232.35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71Evaluation Factor Commitments (DEC 2009) xi.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: (1)52.203-6Restrictions on Subcontractor Sales to the Government (SEP 2006) (4) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (JUL 2010) (6)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (7) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (11)52.219-6Notice of Total Small Business Set-Aside (JUN 2003) (13)52.219-8Utilization of Small Business Concerns (JAN 2011) (15)52.219-14Limitations on Subcontracting (DEC 1996) (21)52.219-28Post-Award Small Business Program Representation (APR 2009) (25)52.222-19Child Labor - Cooperation with Authorities and Remedies (JUL 20010) (26)52.222-21Prohibition of Segregated Facilities (FEB 1999) (27)52.222-26Equal Opportunity (MAR 2007) (28)52.222-35Equal Opportunity for Veterans (MAR 2007) (29)52.222-36Affirmative Action for Workers with Disabilities (OCT 2010) (30)52.222-37Employment Reports on Veterans (SEP 2010) (31)52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (32)52.222-54Employment Eligibility Verification (JAN 2009) (36)52.223-18Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (40)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (46)52.232-33Payment by Electronic Funds Transfer - System for Award Management (JULY 2013) xii.N/A xiii.N/A xiv.Offers are due not later than March 16, 2015 by 2:00pm Central Time. Offers may be submitted electronically to tinie.kelly@va.gov xv.For additional information, please contact the Contracting Officer, Kris Kelly at (918) 486-8649, or by e-mail to tinie.kelly@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V15Q0318/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-15-Q-0318 VA101V-15-Q-0318_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1902620&FileName=VA101V-15-Q-0318-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1902620&FileName=VA101V-15-Q-0318-000.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: Little Rock VA Regional Office;2200 Ft. Roots Drive, Bldg 65;North Little Rock, AR
Zip Code: 72114
 
Record
SN03660660-W 20150308/150306234836-f95e0c906fa8add7466eff4b13d6aeed (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.