Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOLICITATION NOTICE

J -- OPTION - Option - Copier Maintenance

Notice Date
1/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1733 pleasonton road, BLDG 2021, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG-17-Q-0005-01
 
Response Due
2/23/2017
 
Archive Date
8/22/2017
 
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
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W911SG-17-Q-0005-01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 811212 with a small business size standard of $27.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-02-23 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The MICC Fort Bliss requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/24/2017 - 04/23/2018 LI 001: Contractor shall provide copier maintenance for 12 B&W copiers as per attached Performance Work Statement. Contractor shall state per copy charges (if any) in excess of the 250,000 B&W copies per month. Base Year: 24 April 2017- 23 April 2018, 1, Job; LI 002: Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army has issued a policy to implement a management control function that will provide the Army with an accountability mechanism on the use of contracted services. This requirement is affected by this policy. Contractor shall provide the CMR in accordance with the instructions under Contractor Manpower Reporting provided herein., 1, EA; Option 1 Period of Performance: 04/24/2018 - 04/23/2019 LI 001: Contractor shall provide copier maintenance for 12 B&W copiers as per attached Performance Work Statement. Contractor shall state per copy charges (if any) in excess of the 250,000 B&W copies per month. Option year 1: 24 April 2018-23 April 2019, 1, Job; LI 002: Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army has issued a policy to implement a management control function that will provide the Army with an accountability mechanism on the use of contracted services. This requirement is affected by this policy. Contractor shall provide the CMR in accordance with the instructions under Contractor Manpower Reporting provided herein., 1, EA; Option 2 Period of Performance: 04/24/2019 - 04/23/2020 LI 001: Contractor shall provide copier maintenance for 12 B&W copiers as per attached Performance Work Statement. Contractor shall state per copy charges (if any) in excess of the 250,000 B&W copies per month. Option Year 2: 24 April 2019-23 April 2020, 1, Job; LI 002: Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army has issued a policy to implement a management control function that will provide the Army with an accountability mechanism on the use of contracted services. This requirement is affected by this policy. Contractor shall provide the CMR in accordance with the instructions under Contractor Manpower Reporting provided herein., 1, EA; 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 Bliss 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bliss is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012 (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Inclue the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. All questions shall be submitted by 1 February 2017. Questions received after 1 February 2017 will not be accepted. The Contractor shall be a certified Xerox Service Provider. Contractors must be registered with Xerox and have completed the Xerox official product service training. Contractors shall provide proof of the certification for Xerox product service training. This contract includes all functions, task, and responsibilities normally performed by an Office Appliance repairer. The Contractor shall be responsible for providing the full scheduled and breakdown repair to maintain efficiency for 12 Black and White commercial Copiers. Support and Maintenance Agreements should include complete inspections, cleaning, lubrication, adjustments and all standard parts necessary to maintain equipment in good operating condition, plus any drums that need replacement due to normal yield expiration and all consumable items such as, toner, developer, and staples. Anticipated usage of 250,000 B&W copies per month across the 12 copiers. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, New Mexico and Texas State Law(s), Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. Base Year 24 April 2017- 23 April 2018 Option Year 1 24 April 2018-23 April 2019 Option Year 2 24 April 2019-23 April 2020 Bid must be good for 60 days after close of buy. The NASICS code 811212 Computer and Office Machine and Repair and Maintenance. Company may have NAICS, 811212 on the system for Award Management (SAM) before an award could be made to them. If not, the company must be update their Vendor Entity Information by going to SAM web site athttps://www.sam.gov/portal/public/SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40566707e614c80f90ce56030cf860b0)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04377842-W 20170125/170123234233-40566707e614c80f90ce56030cf860b0 (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.