Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

D -- OPTION - Managed Print Services Installation & Support

Notice Date
2/11/2016
 
Notice Type
Presolicitation
 
Contracting Office
BLDG 1109B, 199 6th AVE,, FORT KNOX, KY 40121
 
ZIP Code
40121
 
Solicitation Number
39929
 
Response Due
2/17/2016
 
Archive Date
8/15/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 39929. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), 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. 777535. 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 bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-02-17 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT KNOX, KY 40121 The MICC Fort Knox requires the following items, Meet or Exceed, to the following: Base Period of Performance: 02/22/2016 - 02/21/2017 LI 001: Managed Print Services Installation and Support. Part Number MPS (Brand Name or Equal). Includes Governance, Alerts and Consumables Management. Items and services shall be in accordance with the Performance Work Statement included herein., 12, MONTHS; Option 1 Period of Performance: 02/22/2017 - 02/21/2018 LI 001: Managed Print Services Installation and Support. Part Number MPS(Brand Name or Equal). Includes Governance, Alerts and Consumables Management. Items and services shall be in accordance with the Performance Work Statement included herein., 12, MONTHS; Option 2 Period of Performance: 02/22/2018 - 02/21/2019 LI 001: Managed Print Services Installation and Support. Part Number MPS(Brand Name or Equal). Includes Governance, Alerts and Consumables Management. Items and services shall be in accordance with the Performance Work Statement included herein., 12, MONTHS; Option 3 Period of Performance: 02/22/2019 - 02/21/2020 LI 001: Managed Print Services Installation and Support. Part Number MPS(Brand Name or Equal). Includes Governance, Alerts and Consumables Management. Items and services shall be in accordance with the Performance Work Statement included herein., 12, MONTHS; 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, MICC Fort Knox 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox 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 bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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. Basis of Award: This supersede paragraph herein titled "Evaluation Criteria / Basis of Award" provided under Bidding Requirements (Instructions). Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, considering only price and the price-related factors. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. New equipment ONLY. NO remanufactured or used products. NO "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified. Desired Delivery: 30 Days after receipt of order. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The following FAR and DFARS provisions are applicable: 52.217-5; 252.203-7005, 252.204-7004 Alt A, 252.209-7991 The following FAR clauses are applicable: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-41 Service Contract Act of 1965, as Amended; The following DFARS clauses are applicable: 252.203-7000, 252.203-7002, 252.204-7003, 252.232-7003, 252.232-7010, 252.244-7000, 252.225-7000, 252.247-7023, 252.232-7006 (full text), 252.211-7003 (full text). The full text of a DFARS clause may be accessed electronically at http://farsite.hill.af.mil. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. The tax liability form SHALL be completed and submitted with your quote, before the end date and time of this solicitation. Digital copies of the certificate may be emailed to Humphrey Mararo at e-mail: humphrey.w.mararo.mil@mail.mil Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Changes in or deviation from the scope of work shall not be effected without a written modification executed by the contracting officer. Only the contracting officer may approve any changes. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services under this contract for the Ireland Army Community Hospital via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and click on "Department of the Army CMRA" on the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2015 Contractors may direct questions to the help desk by slicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc53b3b0b1c91d5b7761b80d5adbff57)
 
Place of Performance
Address: FORT KNOX, KY 40121
Zip Code: 40121
 
Record
SN04018164-W 20160213/160211234709-fc53b3b0b1c91d5b7761b80d5adbff57 (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  © 1994-2020, Loren Data Corp.