DOCUMENT
J -- MAIL MACHINE, S&M and METER RENTAL| 373 | MANCHESTER - Attachment
- Notice Date
- 2/1/2017
- Notice Type
- Attachment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V17Q0084
- Response Due
- 2/13/2017
- Archive Date
- 4/14/2017
- Point of Contact
- KIMBERLY TOMASI
- E-Mail Address
-
ly.tomasi@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION MAIL METER MACHINE, SERVICE & MAINTENANCE and METER RENTAL PLAN 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. The solicitation number is VA101V-17-Q-0084. This acquisition is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-94,2005-95, effective January 19, 2017. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAICS Code for this solicitation is 811212 with a Small Business standard of $27.5 million dollars. The North Atlantic District Contracting Office requests responses from qualified sources capable of providing the following items (BRAND NAME OR EQUIVALENT): Description of Requirement Price/Cost Schedule Item Information ITEM NUMBER DESCRIPTION QTY U/I U/P AMOUNT 0001 BASE YEAR: Purchase and install one (1) (Brand Name or Equivalent) MAIL METER MACHINE - PITNEY BOWES CONNECT SEND/PRO 2000 MAIL MACHINE (SOFTWARE & EQUIPMENT). Contract Period: Base Year POP Begin: Date of Award (DOA) POP End: 09-30-2017 1 EA 0002 BASE YEAR: METER RENTAL AGREEMENT and SERVICE & MAINTENANCE PLAN (for meter mail machine - CLIN 0001) - To include the cost of all labor, transportation, materials, equipment, replacement parts, supplies (excluding expendable operating supplies) and necessary supervision to provide: - Monthly meter rental agreement - Equipment emergency service and maintenance - Annual equipment preventative maintenance plan CONTRACT PERIOD: BASE YEAR POP BEGIN: DATE OF AWARD (DOA) POP END: 09/30/2017 12 MO 1002 OPTION YEAR 1: METER RENTAL AGREEMENT and SERVICE & MAINTENANCE PLAN (for meter mail machine - CLIN 0001) - To include the cost of all labor, transportation, materials, equipment, replacement parts, supplies (excluding expendable operating supplies) and necessary supervision to provide: - Monthly meter rental agreement - Equipment emergency service and maintenance - Annual equipment preventative maintenance plan CONTRACT PERIOD: OPTION YEAR 1 POP BEGIN: 10/01/2017 POP END: 09/30/2018 12 MO 2002 OPTION YEAR 2: METER RENTAL AGREEMENT and SERVICE & MAINTENANCE PLAN (for meter mail machine - CLIN 0001) - To include the cost of all labor, transportation, materials, equipment, replacement parts, supplies (excluding expendable operating supplies) and necessary supervision to provide: - Monthly meter rental agreement - Equipment emergency service and maintenance - Annual equipment preventative maintenance plan CONTRACT PERIOD: OPTION YEAR 2 POP BEGIN: 10/01/2018 POP END: 09/30/2019 12 MO 3002 OPTION YEAR 3: METER RENTAL AGREEMENT and SERVICE & MAINTENANCE PLAN (for meter mail machine - CLIN 0001) - To include the cost of all labor, transportation, materials, equipment, replacement parts, supplies (excluding expendable operating supplies) and necessary supervision to provide: - Monthly meter rental agreement - Equipment emergency service and maintenance - Annual equipment preventative maintenance plan CONTRACT PERIOD: OPTION YEAR 3 POP BEGIN: 10/01/2019 POP END: 09/30/2020 12 MO 4002 OPTION YEAR 4: METER RENTAL AGREEMENT and SERVICE & MAINTENANCE PLAN (for meter mail machine - CLIN 0001) - To include the cost of all labor, transportation, materials, equipment, replacement parts, supplies (excluding expendable operating supplies) and necessary supervision to provide: - Monthly meter rental agreement - Equipment emergency service and maintenance - Annual equipment preventative maintenance plan CONTRACT PERIOD: OPTION YEAR 4 POP BEGIN: 10/01/2020 POP END: 09/30/2021 12 MO GRAND TOTAL Delivery Schedule ITEM NUMBER SHIP TO QTY/UI DELIVERY DATE 0001 Department of Veterans Affairs/VBA Manchester VA Regional Office Norris Cotton Federal Building 275 Chestnut Street Manchester, NH 03101 1/ EA 30 Days ARO 0002 - 4002 Department of Veterans Affairs/VBA Manchester VA Regional Office Norris Cotton Federal Building 275 Chestnut Street Manchester, NH 03101 12/MO See CLINS 0002 - 4002 Delivery: ___30___Days after award Delivery to: Department of Veterans Affairs / VBA Manchester VA Regional Office Norris Cotton Federal Building 275 Chestnut Street Manchester, NH 03101 Company Name: Company DUNS Number: Company Tax ID Number: Point of contact: Telephone: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2016), applies to this solicitation. The following provisions are added as addenda: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02)(FEB 2015) 52.252-5 Authorized Deviations in Provisions (APR 1984) 852.211-72 Technical Industry Standards (JAN 2008) 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998). The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.211-6 Brand Name or Equal (AUG 1999) 52.217-5 Evaluation of Options (JUL 1990) FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this solicitation. Technical acceptability to meet the Government s requirement, Past-performance, delivery and price. Technical and past performance; when combined, are less important than price. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JUL 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____NONE. FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 2015) applies to this solicitation. The following clauses are added as addenda: 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.233-1 Disputes (MAY 2014) 52.252-6 Authorized Deviations in Clauses (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Service Data Manuals (NOV 1984) 852.211-73 Brand Name or Equal (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 001 AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998). The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2015) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (NOV 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: Paragraph b clauses applicable: 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (JUL 2013) (j) EFT information. The Contractor shall provide the following information to the designated office. The Contractor may supply this data for this or multiple contracts (see paragraph (b) of this clause). The Contractor shall designate a single financial agent per contract capable of receiving and processing the EFT information using the EFT methods described in paragraph (c) of this clause. (1) The contract number (or other procurement identification number). (2) The Contractor's name and remittance address, as stated in the contract(s). (3) The signature (manual or electronic, as appropriate), title, and telephone number of the Contractor official authorized to provide this information. (4) The name, address, and 9-digit Routing Transit Number of the Contractor's financial agent. (5) The Contractor's account number and the type of account (checking, saving, or lockbox). (6) If applicable, the Fedwire Transfer System telegraphic abbreviation of the Contractor's financial agent. (7) If applicable, the Contractor shall also provide the name, address, telegraphic abbreviation, and 9-digit Routing Transit Number of the correspondent financial institution receiving the wire transfer payment if the Contractor's financial agent is not directly on-line to the Fedwire Transfer System; and, therefore, not the receiver of the wire transfer payment. N/A The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, company Tax ID number and point of contact information. All responsible sources should submit quotes to Kimberly Tomasi via e mail: kimberly.tomasi@va.gov by Monday, February 13, 2017 @ 8:00AM, EST. For additional information, please contact the Contracting Officer, Kimberly Tomasi, by e-mail at kimberly.tomasi@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0084/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-17-Q-0084 VA101V-17-Q-0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3247883&FileName=VA101V-17-Q-0084-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3247883&FileName=VA101V-17-Q-0084-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-17-Q-0084 VA101V-17-Q-0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3247883&FileName=VA101V-17-Q-0084-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs / VBA;Manchester VA Regional Office;Norris Cotton Federal Building;275 Chestnut Street;Manchester, NH
- Zip Code: 03101
- Zip Code: 03101
- Record
- SN04387550-W 20170203/170201234449-22cdc5f7b8e5ab5b01004e514adcd3d2 (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 |