Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2015 FBO #4942
DOCUMENT

J -- SHARP MULIFUNCTION PRINTERS SERVICE - Attachment

Notice Date
6/3/2015
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915Q0545
 
Response Due
6/5/2015
 
Archive Date
8/4/2015
 
Point of Contact
SCHERONICA COCHRAN
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6-streamlined procedures for commercial items, in conjunction with far subpart 13 and as supplemented with additional information included in this notice. This is a Total Small Business Set-Aside requirement only qualified offerors may submit bids. Solicitation VA-249-15-Q-0545 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 811212 and size standard is $27.5 M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding a Firm Fixed Price base period of 1 year, plus four (4), one (1) year options contract. Award will be made to the lowest price technically acceptable (LPTA) quote which conforms to the requirements within this solicitation. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. Description of Services: This requirement is for the James H. QuillenVAMC. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed priced base and four (4) option years contract. The contractor shall provide service and maintenance which includes but not limited to: three (3) Sharp MX-5145 Multifunction Printers. The quote/proposal should be broken down as follows: Base Year5 June 2015 - 4 June 2016$ Option Year 1: 5 June 2016 - 4 June 2017$ Option Year 2: 5 June 2017- 4 June 2018$ Option Year 3: 5 June 2018 - 4 June 2019$ Option Year 4: 5 June 2019 - 4 June 2020$ Total For Base & Option Years$ Quote Submission: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective bidders must include appropriate references which must include all applicable company information. All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Scheronica.Cochran@va.gov no later than 10:00 AM CST, June 4, 2015. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received June 5, 2014 by 11:00 AM CST. Email your quote to Scheronica.Cochran@va.gov. The subject line must specify VA-249-15-Q-0545 - for James H. Quillen VAMC. Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-9, Personnel Identity Verification of Contractor Personnel (Jan 2011) 52.212-1, Instructions to Offerors-Commercial 52.212-2, Evaluation-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items 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 52.217-8, Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.219-6, Notice of Total Small Business Set-Aside 852.203-70, Commercial Advertising (Jan 2008) 852.232-72, Electronic Submission of Payment Requests (Nov 2012) 852.237-70 Contractor Responsibilities (Apr 1984) DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. See Attached Statement of Work STATEMENT OF WORK 1. INTRODUCTION AND SCOPE OF WORK: Contractor shall provide service including all types of toner cartridges, staples, parts and various cleaning and software adjustments and updates to keep the MFPs functioning and maintenance/warranty for three Sharp MX-5141 MFPs including repair/replacement parts, coordination with James H. Quillen VAMC Information Resource Management Service (IRMS) to ensure network connectivity and PIV functionality, FAX, and multi/group FAX, scan and e-mail to self or the VA global address book. These three MFPs are located as follows: two in the Director's Suite at JHQVAMC and one in the Prosthetic Service at James H. Quillen VAMC. The contract includes supporting 105,900 color and 79,000 black & white prints per year. The key to this contract is keeping these three MFPs completely functional 98% of duty time. Paper is not supplied by the contractor. 2. REQUIREMENTS: a. The following further describes service, maintenance and warranty required: (1) Routine service includes cleaning all parts of the MFP, supply of various different colored toner cartridges, staples, software updates, software interface in collaboration with IRMS to ensure multifunction capability network connectivity, and PIV encryption of three Sharp MX 5141 Printers. This includes labor affiliated with these services for about 8,818 color and 6,506 black and white prints per month not to exceed 105,900 color and 79,000 black and white per year. (2) Maintenance and Warranty includes consumable or durable hardware, software, labor, drums, maintenance kits, parts, spare parts, updates for hardware and software maintenance for fair wear and tear. Should a device be deemed to be non-serviceable the facility will be informed with options and costs. Non-serviceable is determined as parts not available or if the total cost of the repair is more than 55% of the cost of an exact replacement device. (3) Paper is not included in this service contract. Repairs as a result of alteration, adjustment, or repair by anyone other than contractor (or its representatives) are not included. The contractor is not obligated to repair any MFP or MFP component which has been damaged as a result of: (a) Misuse or abuse of the MFP or component (such as, but not limited to, use of incorrect line voltages, use of incorrect fuses, use of incompatible devices or accessories, improper or insufficient ventilation, or failure to follow operating instructions) by anyone other than contractor (or its representatives). (b) An unforeseen, but not limited to lightning, rodents, flooding, tornado, earthquakes, and hurricanes. Moving of the MFPs from one geographic location to another must be coordinated with contractor and the contractor will move the MFP as part of this contract and place in full operation as directed by James H. Quillen VAMC staff. b. Hours of coverage: (1) Service work on MFPs will be performed during regular business hours of Monday through Friday 7:45 am to 5:00 pm. Work outside these hours is not billable to the Government. The contractor cannot respond to service or maintenance/warranty calls unless the respective James H. Quillen VAMC staff member is present for duty and provide access to the printers. (2) Federal Holidays observed by the JHQVAMC are: New Years' Day, Labor Day, Martin Luther King Day, Columbus Day, Presidents' Day, Veterans' Day, Memorial Day, Thanksgiving Day, Independence Day, and Christmas Day. The contractor is not required to respond on these days. c. General Points: (1) Payment for service is made under established government processes and systems. (2) Call for service is requested by calling the contractor's telephone. The contractor will provide the James H. Quillen VAMC the service telephone number by means of a sticker on the MFP. The contractor will monitor this number during duty hours. (3) Facility will provide access to MFPs during regular duty hours (Monday through Friday, 7:45 am - 5pm). (4) James H. Quillen VAMC will provide access to monitor MFPs connected to the network. Access to the network is guided, authorized and instructed by IRMS. No connection to the network will occur unless IRMS authorizes and approves it. Third party connections are not authorized. (5) The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the contracting officer (CO) and contracting officer representative (COR) in writing of the existence or the development of any defects in, repairs required or recalls issued to the equipment by the manufacture, Sharp. The contractor shall furnish the CO and COR with a written estimate of the extent of these requirements. d. Condition of Equipment: (1) The contractor accepts responsibility for the equipment described in paragraph 1, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. Failure to respond to a service call appropriately can generate a reduction is revenue to the contractor. Generally appropriate response time is about one business day or as coordinated with the James H. Quillen VAMC staff and the CO and COR. (2) Hardware replacement parts will be furnished and installed by authorized service personnel at no extra charge. The parts replaced become the property of the James H. Quillen VAMC. No old parts will be taken off station. (3) Component parts, assemblies, or subassemblies may be replaced with new or refurbished items at no cost to James H. Quillen VAMC. (4) Recommendations may be made and replacement initiated of suspect component parts at no expense to the JHQVAMC, but with their planned cooperation regarding replacement work. This will always be done with every intention of minimizing disruption to daily work activities. Loaner hardware will be offered to the customer if available but is not guaranteed as a condition of this contract. (5) James H. Quillen VAMC is responsible to maintain the environmental conditions in accordance with manufacturer's specifications. The Sharp MFPs will be located indoors in conditioned space maintained within parameters specified by the manufacturer. James H. Quillen VAMC will have a MFP administrator and a backup. 3. PERFORMANCE PERIOD: One (1) year base period, with four (4) one year option years. Base Year: 5 June 2015 - 4 June 2016 Option Year 1: 5 June 2016 - 4 June 2017 Option Year 2: 5 June 2017 - 4 June 2018 Option Year 3: 5 June 2018 - 4 June 2019 Option Year 4: 5 June 2019 - 4 June 2020 4. PROGRESS AND COMPLIANCE: a. These three MFPs their associated equipment, hardware and software shall be maintained in accordance with the Sharp, manufacturer's standards and specifications. b. Contractor is required to provide James H. Quillen VAMC COR a monthly written report of the number of prints used or completed color and black and white. This report can be a verified e-mail. 5. NOTES AND OTHER INFORMATION: a. Additional charges: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional experts or delivery of parts. Note: Any additional charges proposed must be approved by the CO and COR before the service is initiated. b. Security Issues: The Contractor will not take an MFP hard drive or component capable of storing data or its parts off the station. c. Contractors are responsible for finding their own parking. d. Contractor staff members are required to obtain Temporary ID Badge from Police Svc, Building 69, James H. Quillen VAMC and are required to wear the badge while on VA property if not escorted during entire visit by Director's Suite Staff. e. The contractor will not assume anything pertaining to this contract rather the contractor will communicate with the COR or CO reference any matter of discussion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0545/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-Q-0545 VA249-15-Q-0545.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2084231&FileName=VA249-15-Q-0545-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2084231&FileName=VA249-15-Q-0545-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03751847-W 20150605/150603235148-8988a0eede0fb9d85c6c3d9d1df8c1ff (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.