SOLICITATION NOTICE
W -- USBP San Diego Copier Leases, Maintenance and Supplies - 20095008 - Solicitation Attachments One through Five
- Notice Date
- 6/26/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
- ZIP Code
- 85705
- Solicitation Number
- 20095008
- Archive Date
- 7/7/2017
- Point of Contact
- Benjamin Dorgan, Phone: (520) 407-2808
- E-Mail Address
-
benjamin.j.dorgan@cbp.dhs.gov
(benjamin.j.dorgan@cbp.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 20095008 - Past Performance Survey- Attachment Five 20095008 - WDOL Wage Requirements - Attachment Four 20095008 - Clauses and Provisions- Attachment Three 20095008 - Proposal Pricing Sheet - Attachment Two 20095008 - Statement of Work - Attachment One 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 20095008 and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses (including Attachment Three to the solicitation) are those in effect through Federal Acquisition Circular 2005-95. The associated NAICS code for this procurement is 532420 - Office Machinery and Equipment Rental and Leasing with a small business size standard of $32.5M. This requirement is being solicited under full and open competition with no set-aside. All responsible sources may submit a quotation which shall be considered by the agency. The deadline for receipt of proposals for this requirement is: Thursday, July 6, 2017 at 1:00 PM Pacific Time (PT). Proposal submissions must be submitted only by email to Contract Specialist Benjamin Dorgan at: benjamin.j.dorgan@cbp.dhs.gov Subject line of the email should read: 20095008 Quotation Submission: USBP San Diego Copier Leasing and Maintenance Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted directly to the proposal submission point of contact as indicated above. Questions not received by the question submission deadline of: Thursday, June 29, 2017 at 1:00 PM Pacific Time may not be considered. In accordance with FAR 52.222-41 (Service Contract Labor Standards) Attachment Three to the solicitation includes prevailing wage rates which must be adhered to in performance of the resultant contract. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 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 (See Attachment Three to the solicitation for further clause and provision detail applicable to this acquisition) The attached excel proposal pricing sheet (Attachment Two) includes all required line items and must be completed and submitted with each proposal. Copiers shall be quoted in the form of one all-inclusive flat rate monthly price to include maintenance and supplies as specified in the Statement of Work (SOW - Solicitation Attachment One). The spreadsheet is set-up to automatically calculate total values once the flat rate monthly price for each location is entered. Copiers shall be delivered FOB Destination in time for the start of the initial base period of performance. EARLY TERMINATION CHARGES/TERMINATION CEILING CHARGES (TCCs) WILL NOT BE CONSIDERED OR ACCEPTED BY THE GOVERNMENT. Proposals containing such early termination charges will be deemed non-responsive. All proposal pricing must be valid for up to 90 calendar days after close of the solicitation. In addition to submitting the required proposal pricing sheet for this solicitation, each Offeror must provide any relevant NON-PRICING responses (e.g. technical proposal, product specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A bidder must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror's proposal meets the minimum requirements of the SOW. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the bid may be determined technically unacceptable. Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments: 1. No more than five (5) single-sided pages total for Evaluation Factor One. 2. No more than five (5) single-sided pages total for Evaluation Factor Two. 3. Submission of fully completed Proposal Pricing Sheet for Technical Evaluation Factor Three, in accordance with Attachment Two (2) to this solicitation. Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. The US Customs and Border Protection (CBP), US Border Patrol (USBP), San Diego Sector has an ongoing requirement for the leasing, maintenance and furnishing of supplies for forty-six (46) multi-function black and white copiers. Copiers are located throughout the entire area of responsibility. A responsive and professional copier service contractor is required to ensure service is provided to meet the requirements of the component in a timely and adequate manner. The selected contractor must be able to respond during the time period specified in section 4B. of the attached SOW. The lease of the copiers shall include all supplies including, but not limited to, toner, parts, adaptors, staples and cartridges, maintenance, and labor at no additional fee. In accordance with FAR 52.223-13, all copiers shall be EPEAT® bronze-registered or higher. The Government intends to award a firm fixed price base period plus four option year contract with the following anticipated period of performance: BASE PERIOD: 08/01/2017 - 03/31/2018 (8 months) OPTION YEAR ONE: 04/01/2018 - 03/31/2019 OPTION YEAR TWO: 04/01/2019 - 03/31/2020 OPTION YEAR THREE: 04/01/2020 - 03/31/2021 OPTION YEAR FOUR: 04/01/2021 - 03/31/2022 Exercising of option years is solely at the discretion of the Government and dependent on ongoing needs and requirements. Early termination charges will not be considered. Award Criteria: Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, unrealistically high or low in price, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors. 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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: 1. TECHNICAL AND MANAGEMENT APPROACH (non-cost) Each Offeror will be evaluated on a contractor-provided approach formulated to meet the requirements of the Statement of Work (SOW). The proposal should fully outline the capabilities and methodology to provide the services as required. Proposal must include pricing for all option periods. 2. PAST PERFORMANCE (non-cost) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant services as described in the requirements of the SOW. Past performance will be evaluated to determine that each offeror has performed in a satisfactory manner in the performance of similar services as those specified in the SOW and whose past performance does not pose a risk to the Government. Offerors should provide references for the same or similar work performed for Federal, State, and local government and private clients. For each services project used to demonstrate the relevant past performance, the Offeror must provide appropriate point of contact information for the individual within the client agency/firm overseeing the services performed. An Offeror may also provide information on problems encountered on the identified projects and the offer's corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available. 3. PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. Price evaluation will be based on Contractor's overall pricing for base plus option periods. The Government will evaluate pricing each year, adding each copier price together to get the total cost for each of the base and option years. These yearly prices will then be added together to determine the total price for the entire period of performance. The total price for the entire period of performance will be used as the offeror's lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SPECIAL SECURITY REQUIREMENT - CONTRACTOR PRE-SCREENING (SEP 2011) 1.Contractors requiring recurring access to Government facilities or access to sensitive but unclassified information and/or logical access to Information Technology (IT) resources shall verify minimal fitness requirements for all persons/candidates designated for employment under any Department of Security (DHS) contract by pre-screening the person /candidate prior to submitting the name for consideration to work on the contract. Pre-screening the candidate ensures that minimum fitness requirement are considered and mitigates the burden of DHS having to conduct background investigations on objectionable candidates. The Contractor shall submit only those candidates that have not had a felony conviction within the past 36 months, illegal drug use within the past 12 months from the date of submission of their name as a candidate to perform work under this contract. Contractors are required to flow this requirement down to subcontractors. Pre-screening involves contractors and subcontractors reviewing: a. Felony convictions within the past 36 months. An acceptable means of obtaining information on felony convictions is from public records, free of charge, or from the National Crime Information Center (NCIC). b. Illegal drug use within the past 12 months. An acceptable means of obtaining information related to drug use is through employee self-certification, by public records check; or if the contractor or subcontractor already has drug testing in place. There is no requirement for contractors and/or subcontractors to initiate a drug testing program if they do not have one already in place. c. Misconduct such as criminal activity on the job relating to fraud or theft within the past 12 months. An acceptable means of obtaining information related to misconduct is through employee self-certification, by public records check, or other reference checks conducted in the normal course of business. 2. Pre-screening shall be conducted within 15 business days after contract award. This requirement shall be placed in all subcontracts if the subcontractor requires routine physical access, access to sensitive but unclassified information, and/or logical access to IT resources. Failure to comply with the pre-screening requirement will result in the Contracting Officer taking the appropriate remedy. Definition: Logical Access means providing an authorized user the ability to access one or more computer system resources such as a workstation, network, application, or database through automated tools. A logical access control system (LACS) requires validation of an individual identity through some mechanism such as a personal identification number (PIN), card, username and password, biometric, or other token. The system has the capability to assign different access privileges to different persons depending on their roles and responsibilities in an organization. List of Attachments to Solicitation Number 20095008: 1. Statement of Work (SOW) 2. Proposal Pricing Sheet 3. Clauses and Provisions 4. WDOL Wage Determination, San Diego County 5. Past Performance Survey
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20095008/listing.html)
- Place of Performance
- Address: See SOW for various locations in San Diego County, California, United States
- Record
- SN04557052-W 20170628/170626234250-d91fd6ac54fc7c3fcd41ff27a750a2fc (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 |