Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
DOCUMENT

J -- Copier Mntce - VACO OSP 101 - Attachment

Notice Date
7/21/2017
 
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
VA101V17Q0351
 
Response Due
8/11/2017
 
Archive Date
11/9/2017
 
Point of Contact
Rebecca S. Quilhot
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 6 COMBINED SYNOPSIS SOLICITATION 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. VA101V-17-Q-0351 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. The combined synopsis/solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns only. Only quotes submitted by Service-Disabled Veteran-Owned Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Service-Disabled Veteran-Owned Small Business will not be considered for award. Note that only VA verified SDVOSBs in the VIP database at the time of contract award will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The applicable NAICS Code for this solicitation is 811212 Computer and office Machine Repair and Maintenance, and the Small Business Size limitation is $27.5 million. SDVOSB vendors that do not meet the NAICS 811212 Small Business Size limitation of $27.5 million shall be considered non-responsive and ineligible for award. The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide maintenance services in accordance with the Statement of Work on copiers located at the Office of Strategic Planning, 1800 G Street NW, Room 830, Washington, DC 20006. CLIN 0001: Provide Copier Maintenance Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 1001 Option 1: Provide Copier Maintenance Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 2001 Option 2: Provide Copier Maintenance Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 3001 Option 3: Provide Copier Maintenance Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 4001 Option 4: Provide Copier Maintenance Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ Total Price _________________________ Description of Requirement The Department of Veterans Affairs, Veterans Benefits Administration, VA Central Area Office, Office of Strategic Planning has a requirement for the maintenance of two (2) Kyocera/TASK ALFA 6550CI and 6551C1 multi-purposed copiers/printers/scanners. Full maintenance services including repair parts per the Statement of Work below. Veterans Benefits Administration (VBA) STATEMENT OF WORK (SOW) for Copier Maintenance, VACO, Office of Strategic Planning GENERAL INFORMATION Title of Project: VBA Office of Strategic Planning (OSP) Copier Maintenance Contract Scope of Work: The contractor shall provide all the maintenance service in accordance with the manufacturer s recommendations. Such services under this contract shall include full service maintenance, preventative maintenance, all operational/consumable supplies such as toner, dry ink, fuser oil and other copier supplies for the copier, and staples. Furthermore, the contractor will be responsible to ensure that the contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Contractor shall service equipment covered by the contract as necessary to maintain equipment. The contractor at a minimum shall: Understand common machine fault codes and correct them. Diagnose and correct common image quality problems Replace major components in the print engine, fusing subsystems and paper handling areas of the MFC s (or coordinate additional technical services from contractor provided technical service providers. Provide a 4 hour response time from the initial call. Maintain a MFC service call log for all machines covered by this contract. This log shall be provided to the CO and VARO POC on a quarterly basis. Upon completion of a service request, inform the VARO POC of the resolution to the problem. Clean equipment supported under this contract. Additionally, the service must include technical and network installation capability required for the two multifunctional copiers. Background: OSP has two multi-purpose copiers/printers/scanners - Kyocera, TASKalfa Color Multi-Function System, 6550ci Color/B&W. OSP need a new 5 year Maintenance Contract Service (base plus 4 optional years) starting August 17, 2017. Office of Strategic Planning, 1800 G Street, Room 830, Washington, DC 20006 All work shall be performed on-site unless specifically authorized. Kyocera/TASK ALFA 6550CI Number 3695 Serial Number: nin1900002 Kyocera/TASK ALFA 6551CI Number 3809 Serial Number: V3M4200002 Performance Period: Under a firm-fixed-price task order, the performance period is the timeline for the project. The contractor s work shall begin on or about August 17, 2017 through on or about to August 16, 2022 ( for the 5 years) for the agreed fixed price. All maintenance shall be coordinated through a Point of Contract (POC) which will be determined prior to the time of award. Maintenance shall take place Monday to Friday, during the government business hours (8:30am to 4:30pm). The contractor shall not be required to work when the Government is closed for government holidays. A complete listing of all Federal Holidays are as follows: New Year s Day, Martin Luther King Jr s Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. Type of Contract: The Government anticipates a single (all or none), firm-fixed price award which will result in a base year and four (4) one (1) year option periods to be exercised at the discretion of the Government Place of Performance: OSP, 1800 G Street, Room 830, Washington, DC 20006 All work shall be performed on-site unless specifically authorized. Contractor services will be available Monday through Friday, from 8:00 am to 4:30 pm. Travel and labor shall be included in the proposed pricing. Payment for all services will be made quarterly in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number/Obligation Number Complete Name of the Company to include telephone, email and primary Point of Contact for all billing questions Invoice Number and date Dates of Services performed Detailed itemized description of each service, time spent and costs for any replacement items if needed. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES The optional tasks shall only be exercised by the contracting officer, when requested by the COR, and with the necessary funding. Optional tasks are exercised within the current contract period of performance. CHANGES TO THE STATEMENT OF WORK The process for making changes to the SOW is presented in this section. Making changes by any other means may require a ratification of an unauthorized action requiring the approval of the Head of Contracting Authority. SECURITY Standard mandatory language for task orders. The mandatory language is already provided in the standard SOW template and must be included in all contracts. CONFIDENTIALITY AND NONDISCLOSURE Standard mandatory language for all task orders. Period of Performance: August 17, 2017 to August 16, 2018 FOB Destination Point: 1800 G Street NW, Room 830, Washington DC 20006 FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representations (JAN 2017) 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) 52.204-17 Ownership or Control of Offeror (NOV 2014) 52.209-5 Representation by Corporations Regarding Unpaid Tax Liability or Felony Convictions Under Any Federal Law (DEVIATION ) MAR 2012) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.216-1 Type of Contract (APR 1984) 52.217-5 Evaluation of Offers (JUL 1990) 52.232-38 Submission of Electronic Funds Transfer Information With Offer (MAY 1999) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) Offers will be evaluated as follows: Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Experience/Qualifications, and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience/Qualifications needed to successfully perform this requirement Price: Price will be evaluated to determine if it is fair and reasonable. Experience/Qualifications: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar copier maintenance services were successfully provided. Only quotes that demonstrate relevant experience with providing similar copier maintenance services will be eligible for award. Government and commercial sources will be accepted. The Contractor must be a manufacturer authorized service provider who regularly engages in maintaining copiers. The Contractor must maintain a suitably staffed and equipped service organization and must regularly offer maintenance services for copiers. At the request of the Government, the Contractor shall demonstrate to the satisfaction of the Government that the Contractor is a manufacturer authorized services provider and can purchase repair parts directly from the manufacturer. Past Performance: The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated Experience/Qualifications, and Past Performance requirements based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. 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 ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. (End of Clause) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses. VAAR 852.219-10 852.219-10 VA notice of Total Service-Disabled Veteran-Owned Small Business set-aside (JUL 2016) (DEVIATION) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (29) 52.222-35 Equal Opportunity for Veterans (OCT 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37 Employment Reports on Veterans (FEB 2016) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: (2) 52.222-41 Service Contract Labor Standards (May 2014) (3) 52.222-42 State of Equivalent Rates for Federal Hires (May 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS Electronics Tech II 23182 WG-9 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) N/A N/A xv. Offers are due no later than August 11, 2017 by 12:00 PM Central Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-17-Q-0351. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi. For additional information, please contact the Contracting Officer, Rebecca Quilhot at (563)424-5874, or via e-mail to rebecca.quilhot@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0351/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0351 VA101V-17-Q-0351.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3678091&FileName=VA101V-17-Q-0351-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3678091&FileName=VA101V-17-Q-0351-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Veterans Benefits Administration;Office of Strategic Planning;1800 G Street NW Room 830;Washington DC
Zip Code: 20006
 
Record
SN04590141-W 20170723/170721235051-c2551cd3dc9c11087e9b23d2e04e3aa1 (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.