Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2015 FBO #4877
SOLICITATION NOTICE

74 -- Canon Image Runner Advance 6065 Copiers (or equivalent) and Maintenance - Combined Synopsis Solicitation

Notice Date
3/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2015-Q-17092
 
Archive Date
4/16/2015
 
Point of Contact
Michael B. Davis, Phone: 7704882427
 
E-Mail Address
michael.davis1@cdc.hhs.gov
(michael.davis1@cdc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PDF of Combined Synopsis Solicitation SUBJECT: Canon Image Runner Advance 6065 Copiers (or equivalent) and Maintenance SOLICITATION NUMBER: 2015-Q-17092 RESPONSE DUE DATE/TIME: 1 April 2015/ Before 5:00 pm (1700) EASTERN TIME SECTION A - DESCRIPTION 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 a Request for Quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 811212 - Computer and Office Machine Repair and Maintenance with a Standard Size of $27,500,00.00 dollars. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. This is a RFQ for the procurement of Canon Image Runner Advance 6065 Copiers and Maintenance. The CDC's Logistics Management Services Office (LMSO) has a requirement for copiers and yearly maintenance. The Government intends to award a Firm Fixed-Price contract as a result of this solicitation that will include the terms and conditions that are set forth herein. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1.DESCRIPTION OF SUPPLIES & SERVICES CLINSUPPLIES/SERVICES QTY/UNITUNIT PRICE EXTENDED PRICE 0001Canon Image Runner Advanced 6065 Copier/Printer (or equivalent meeting specifications below) 2 EA $______ $____________ 00023 Years of Maintenance for OD Copier 36 months from the date of award. Monthly Average Use for the machine is 3,367 copies 36 Months $______ $____________ 00033 Years of Maintenance for Inventory Management Copier 36 months from the date of award. Monthly Average Use for the machine is 6,535 copies 36 Months $______ $____________ 0004Shipping Fee to the CDC's Distribution Warehouse 1 EA $______ $____________ at 3719 North Peachtree Road; Chamblee, Georgia, 30341. TOTAL AGGREGATE AMOUNT (CLINS 0001 THRU 0008): $____________ SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Copier Requirements: •At least a 250 sheet automatic document feeder •At least 2 x 500 sheet paper drawers •At least 2 x 1500 sheet paper drawers •At least 2 x 1500 sheet paper drawers •At least 1 x 100 sheet bypass tray •Duplex unit •Staple sorter •Up to 12 x 18 paper size (full bleed) •Capable of network printing, faxing •Scanning and sending in an expanded range of file formats including: High Compression PDF/XPS, Adobe PDF Reader Extensions, Searchable PDF and Encrypted PDF •Capable of Scanning to or printing from a USB thumb drive •Supports a USB keyboard •Minimum 65 ppm B/W print/copy •Warm up time of 22 seconds from Energy Saver Mode •Minimum 9 inch color screen •Internal Staple Finishing up to 50 pages Maintenance Requirements •Vendor should have local technicians that are capable of responding to a service request the same day or within approximately 2 hours. SECTION D - PACKING, MARKING AND SHIPPING D.1.All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. D.2.The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. SECTION E - INSPECTION AND ACCEPTANCE E.1.The Project Officer will perform inspection and acceptance of the delivered supplies. E.2.Inspection and acceptance will be performed at the delivery location identified below. Acceptance is communicated in writing unless otherwise indicated in writing by the Contracting Officer or the Project Officer within 15 days of receipt. SECTION F - DELIVERIES OR PERFORMANCE F.1.DELIVERIES F.1.1.DELIVERY DATE: 30 DAYS OR LESS FROM THE DATE OF AWARD F.1.2.DELIVERY LOCATION All Deliveries will be made to: CDC Distribution Center (Warehouse) 3719 North Peachtree Road Chamblee, Georgia 30341-2221 Delivery should be coordinated with the designated Project Officer. F.1.3 F.O.B. POINT Destination F.2.CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEB 1998) F.2.1.This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. F.2.2.FAR 52.247-35, F.O.B. Destination Within Consignees Premises (April 1984) SECTION G - CONTRACT ADMINISTRATION DATA G.1.GOVERNMENT REPRESENTATIVES G.1.1.Contracting Officer (CO) (Jul 1999) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) G.2.INVOICE SUBMISSION G.2.1.Payment by Electronic Funds Transfer (Dec 2005) (a) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. (b) In addition to Central Contractor Registration, the contractor shall make the designation by submitting the form titled "ACH Vendor/Miscellaneous Payment Enrollment Form" to the address indicated below. Note: The form is either attached to this contract (see Section L - List of Attachments) or may be obtained by contacting the Contracting Officer or the CDC Financial Management Office at (404) 718-8100. (c) In cases where the contractor has previously provided such designation, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. (d) The completed form shall be mailed after award, but no later than 14 calendar days before an invoice is submitted, to the following address: The Centers for Disease Control and Prevention Financial Management Office (FMO) P.O. Box 15580 Atlanta, GA 30333 Or - Fax copy to: 404-638-5342 (End of Clause) G2.2.CDCAG001 - Invoice Submission (Mar 2006) (a) The Contractor may submit the original invoice/voucher via email: Email: FMOAPINV@CDC.GOVFINANCIAL MANAGEMENT OFFICE (c)In accordance with 5 CFR part 1315 (Prompt Payment), CDC's Financial Management Office is the designated billing office for the purpose of determining the payment due date under FAR 32.904. (d)The Contractor shall include (as a minimum) the following information on each invoice: (1) Contractor's Name & Address (2) Contractor's Tax Identification Number (TIN) (3) Purchase Order/Contract Number and Task Order Number, if Appropriate (4) Invoice Number (5) Invoice Date (6)Contract Line Item Number and Description of Item (7) Quantity (8) Unit Price & Extended Amount for each line item (9)Shipping and Payment Terms (10) Total Amount of Invoice (11) Name, title and telephone number of person to be notified in the event of a defective invoice (12) Payment Address, if different from the information in (c)(1). (13)DUNS + 4 Number (End of Clause) SECTION H - SPECIAL CONTRACT REQUIREMENTS Not Applicable SECTION I - CONTRACT CLAUSES I.1.CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2(FEB 1998) I.1.1.This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. I.1.2. 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) I.1.3. 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) I.1.452.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs (Feb 2012): 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 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) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.225-1 Buy American Act-Supplies (Nov 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1Changes-Fixed Price (Aug 1987) I.1.7.352.202-1 Definitions (Jan 2006) I.1.8.352.203-70 Anti-lobbying (Jan 2006) I.1.9.352.222-70 Contactor Cooperation in Equal Employment Opportunity Investigations (2010) I.1.10.352.223-70 Safety and Health (Jan 2006) I.1.11.352.239-70 Standard for Security Configurations (Jan 2010) I.1.12.352.239-71 Standard for Encryption Language (Jan 2010) I.1.13.352.239-72 Security Requirements for Federal Information Technology Resources (Jan 2010) I.1.14.352.242-71 Tobacco-free Facilities (Jan 2006) 52.212-2 Evaluation-Commercial Items (OCT 2014). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the LOWEST PRICED TECHNICALLY ACCEPTABLE OFFEROR. The following factors shall be used to evaluate offers: Technical Capability to meet the Requirements Price Past Performance Technical and past performance, when combined, are equally important to price (b) 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. SECTION J - LIST OF ATTACHMENTS Not Applicable SECTION K - REPRESENTATION, CERTIFICATIONS AND OTHER STATEMENT OF OFFERORS K.1Offer shall include a completed copy of the provision at FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (See Section I). SECTION L - INSTRUCTIONS TO THE OFFERORS L.1.CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-1(FEB 1998) L.1.1.Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html. L.1.2. FAR clause, 52.212-1 Solicitation Provisions Incorporated by Reference (Feb 1998); [NAICS Code: 334516] L.1.3. The quote shall be submitted electronically via e-mail to the Contracting Officer at VWL8@CDC.GOV before 5:00 pm (1700) EASTERN TIME on 1 April 2015. L.1.4.QUESTIONS: DUE TO THIS REQUIREMENT'S COMMERCIAL NATURE, QUESTIONS SHOULDN'T BE REQUIRED. L.1.5.All email responses to this notice must identify the RFQ# in the subject line of the email. L.1.6.FAXED OR MAILED PROPOSALS AND/OR QUESTIONS WILL NOT BE CONSIDERED. SECTION M - CRITERIA FOR AWARD M.1.AWARD: M.1.1.This is an all or none procurement. Offerors must quote on all or none of the line items. M.1.2. Award will be made to the LOWEST-PRICED TECHNICALLY ACCEPTABLE offeror. M.1.3. CDC intends to make an award soon after the response date of this notice. M.1.4. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2015-Q-17092/listing.html)
 
Place of Performance
Address: CDC WAREHOUSE, 3719 North Peachtree Road, CHAMBLEE, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN03684381-W 20150402/150331235213-5a17b2a891494e482d56a8cf69e42e50 (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.