Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

J -- OPTION - Quarterly Onsite Maintenance Services for Canon Printers

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N00189-15-T-00543
 
Response Due
9/17/2015
 
Archive Date
3/15/2016
 
Point of Contact
Name: Belinda Griffin, Title: Contract Specialist, Phone: 7574431458, Fax: 7574431402
 
E-Mail Address
belinda.griffin@navy.mil;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Quotes are being solicited under solicitation number N00189-15-T-00543. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 759143_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-09-17 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Annapolis, MD 21402 The FLC - Norfolk requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 10/01/2015 - 09/30/2016 LI 001: Certified Canon technicians will provide service calls needed to maintain all equipment in proper working conditions within the manufacturers operating guidelines. Service will be provided between 8:00 am and 6:00 pm, Monday through Friday. The contractor will call the requesting activity within 90 minutes of receiving a service call to provide an estimated time of arrival. There will be no more than a 6 hour response time to service calls. The technician will provide parts for a normal vital service call. The repair time will be no more than 72 hours. All parts, labor and consumables, except for paper, and unlimited service calls are included. A list of the Canon copiers to be services is attached., 1, GP; Option 1 Period of Performance: 10/01/2016 - 09/30/2017 LI 001: Certified Canon technicians will provide service calls needed to maintain all equipment in proper working conditions within the manufacturers operating guidelines. Service will be provided between 8:00 am and 6:00 pm, Monday through Friday. The contractor will call the requesting activity within 90 minutes of receiving a service call to provide an estimated time of arrival. There will be no more than a 6 hour response time to service calls. The technician will provide parts for a normal vital service call. The repair time will be no more than 72 hours. All parts, labor and consumables, except for paper, and unlimited service calls are included. A list of the Canon copiers to be services is attached., 1, GP; Option 2 Period of Performance: 10/01/2017 - 09/30/2018 LI 001: Certified Canon technicians will provide service calls needed to maintain all equipment in proper working conditions within the manufacturers operating guidelines. Service will be provided between 8:00 am and 6:00 pm, Monday through Friday. The contractor will call the requesting activity within 90 minutes of receiving a service call to provide an estimated time of arrival. There will be no more than a 6 hour response time to service calls. The technician will provide parts for a normal vital service call. The repair time will be no more than 72 hours. All parts, labor and consumables, except for paper, and unlimited service calls are included. A list of the Canon copiers to be services is attached., 1, GP; Option 3 Period of Performance: 10/01/2018 - 09/30/2019 LI 001: Certified Canon technicians will provide service calls needed to maintain all equipment in proper working conditions within the manufacturers operating guidelines. Service will be provided between 8:00 am and 6:00 pm, Monday through Friday. The contractor will call the requesting activity within 90 minutes of receiving a service call to provide an estimated time of arrival. There will be no more than a 6 hour response time to service calls. The technician will provide parts for a normal vital service call. The repair time will be no more than 72 hours. All parts, labor and consumables, except for paper, and unlimited service calls are included. A list of the Canon copiers to be services is attached., 1, GP; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. FAR 52.247-34, F.o.b. Destination applies The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items Buy American Act & Balance of Payments (Oct 2011) 252.232-7010 Levies on Contract Payments (DEC 2006) 5252.232-9402 Wide Area Workflow (WAWF) The NAICS code is 811212 and the Small Business Standard is $27.5 Million. 52.204-13 SAM Maintenance (July 2013) 52.222-50 Combating Trafficking in Persons (March 2015) 52.232-33 Payment by Electronic Funds Transfer - SAM (July 2013) 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran - Rep and Certs 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7005 Representation Relating to Compensation of Former Officials (Nov 2011) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ? Representation)DEV 2015-O0010)(Feb 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEV 2015-O0010) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252-244-7000 Subcontracts for Commercial Items (June 2013) 52.217-8 Option to Extend Services 52-217-9 Option to Extend the Term of the Contract 52.232-18 Availability of Funds: Pursuant to FAR 52.232-18, funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web page at http://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn 52.204-7 System for Award Management 252.247-7023 Transportation of Supplies by Sea (April 2014) 252.203-7003 Agency Office of the Inspector General (Dec 2012) 52.209-6 Protecting the Government's Interest When Contracting with Contractors Debarred, or Proposed for Debarment (august 2013) 52.204-4, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.204-7System for Award Management
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-15-T-00543/listing.html)
 
Place of Performance
Address: Annapolis, MD 21402
Zip Code: 21402-5045
 
Record
SN03892042-W 20150919/150918000526-bde7de4ddda919409fc55f762f950964 (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.