SOLICITATION NOTICE
74 -- MAILING MACHINE - Specifications
- Notice Date
- 4/13/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-17-T-0007A
- Point of Contact
- Angela Ellis, Phone: 6013131556
- E-Mail Address
-
angela.d.ellis12.mil@mail.mil
(angela.d.ellis12.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The USPFO Purchasing and Contracting Office intends to issue a Request for Quote (RFQ) W9127Q-17-T-0007 using Simplified Acquisitions Procedures for an unrestricted procurement for Mailing Machines Lease at three locations, for the Mississippi Army National Guard for one base year with four option years. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017. The North American Industrial Classification System Code is 532420 with a small business size standard of$32.5 million. The Government intends to issue a firm fixed price purchase order. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ and salient characteristics (see attached). The response shall consist of one section: price. CLIN 0001 MAILING MACHINE LEASE; BASE YEAR: MAY 1, 2017 - 30 APRIL 2018; CLIN 0002: MAILING MACHINE LEASE; OPTION YEAR ONE: MAY 1, 2018- 30 APRIL 2019 CLIN 0003: MAILING MACHINE LEASE; OPTION YEAR TWO: MAY 1, 2019- 30 APRIL 2020 CLIN 0004: MAILING MACHINE LEASE; OPTION YEAR THREE: MAY 1, 2020 - 30 APRIL 2021 CLIN 0005: MAILING MACHINE LEASE; OPTION YEAR FOUR: MAY 1, 2021 - 30 APRIL 2022 POP start date subject to change. Based on date of award. One each at the following locations: JFH 1410 Riverside Drive Jackson, MS 39202 66th Troop Command 1420 Raymond Rd, Box D Jackson, MS 39204-4334 MSARNG Training Center Shelby 1001 Lee Ave Camp Shelby, MS 39407-5500 BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized. For quotations determined technically acceptable, a best value selection based on price will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will then be based on price. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government's best interest. Responses/Offers are due 4:00 pm CST on 24 April 2017. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals may be faxed to (601-313-1565) attn: MSG Angela Ellis, emailed to angela.d.ellis12.mil@mail.mil, or mailed to 144 Military Drive, Flowood, MS 39232. Quotations must meet all instructions put forth in this solicitation. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to MSG Angela Ellis NLT 21 April 2017. No phone calls please. Any future amendments and other miscellaneous documents will be available electronically for download at the following URL: http://www.fedbizopps.gov. All offers must include Fed Tax ID # and Duns Number and an estimated delivery schedule. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be eligible for award. Offeror must have active SAM registration at time of award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. The following FAR/DFARS provisions and clauses are hereby applicable to this solicitation and any resultant contract award: FAR 52.212-1, FAR 52.212-3, Alternate I Offeror Representations and Certifications- Commercial Items Alternate I, 52.204-7 -- System for Award Management, 52.204-13 - System for Award Management Maintenance, 52.211-17 -- Delivery of Excess Quantities, 52.212-4 - Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.232-33, Payment by Electronic Funds Transfer- System for Award Management, 52.252-2, Clauses Incorporated by Reference, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Electronic Submission of Payment Requests; 252.247-7023 Alt III, Transportation of Supplies by Sea, 52.233-3 - Protest After Award, 52.233-4 - Applicable Law for Breach of Contract Claim, 52.247-34 -- F.O.B. - Destination, 252.203-7000 - Requirements Relating to Compensation for Former DoD Officials, 252.204-7003 - Control of Government Personnel Work Product, 252.204-7004 Alt A - System for Award Management Alternate A, 252.204-7012 -Safeguarding of Unclassified Controlled Technical Information, 252.211-7003 -- Item Unique Identification And Valuation, 252.225-7001 -- Buy American And Balance Of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Work Flow Payment Instructions, 252.232-7010 - Levies on Contract Payments, 252.243-7001 - Pricing of Contract Modifications, 252.244-7000 -Subcontracts for Commercial Items, 252.247-7023 - Transportation of Supplies by Sea, 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) capability of the items offered to meet the Government requirement; (ii) price; (End of Provision) The government reserves the right to evaluate proposals and award a contract without discussions with offerors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-17-T-0007A/listing.html)
- Place of Performance
- Address: See specifications for delivery locations, United States
- Record
- SN04471295-W 20170415/170413234618-1a87a2581513272bdfcc2c32c704bc20 (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 |