Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
MODIFICATION

W -- OPTION - Lease Copiers

Notice Date
8/10/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Ave. NW, Washington, DC 20032
 
ZIP Code
20032
 
Solicitation Number
20092964
 
Response Due
8/14/2017
 
Archive Date
2/10/2018
 
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
AMENDMENT NOTICE: 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 20092964 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 532420 with a small business size standard of $32.50M. 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 2017-08-14 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 09/01/2017 - 08/31/2018 LI 001: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 002: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 003: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 004: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 005: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 006: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 007: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 008: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 009: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 010: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 011: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 012: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 013: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 014: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 015: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 016: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 017: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 018: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 019: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 020: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 021: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 022: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 023: 7462-0A5 “ Lexmark - Similar, 1, EA; Option 1 Period of Performance: 09/01/2018 - 08/31/2019 LI 001: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 002: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 003: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 004: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 005: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 006: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 007: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 008: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 009: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 010: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 011: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 012: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 013: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 014: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 015: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 016: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 017: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 018: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 019: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 020: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 021: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 022: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 023: 7462-0A5 “ Lexmark - Similar, 1, EA; Option 2 Period of Performance: 09/01/2019 - 08/31/2020 LI 001: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 002: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 003: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 004: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 005: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 006: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 007: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 008: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 009: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 010: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 011: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 012: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 013: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 014: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 015: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 016: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 017: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 018: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 019: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 020: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 021: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 022: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 023: 7462-0A5 “ Lexmark - Similar, 1, EA; Option 3 Period of Performance: 09/01/2020 - 08/31/2021 LI 001: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 002: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 003: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 004: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 005: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 006: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 007: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 008: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 009: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 010: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 011: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 012: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 013: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 014: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 015: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 016: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 017: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 018: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 019: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 020: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 021: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 022: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 023: 7462-0A5 “ Lexmark - Similar, 1, EA; Option 4 Period of Performance: 09/01/2021 - 08/31/2022 LI 001: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 002: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 003: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 004: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 005: WorkCentre 4260 “ Xerox -Similar, 1, MON; LI 006: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 007: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 008: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 009: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 010: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 011: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 012: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 013: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 014: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 015: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 016: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 017: WorkCentre 4260 “ Xerox -Similar, 1, EA; LI 018: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 019: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 020: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 021: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 022: 7462-0A5 “ Lexmark - Similar, 1, EA; LI 023: 7462-0A5 “ Lexmark - Similar, 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, DHS Customs and Border Protection (CBP) 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. DHS Customs and Border Protection (CBP) 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 solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.219-28, 52.219-29, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52-223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. FAR 52.217-8, 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 60 days of the contract end date. FAR.217-9, The Government may extend the term of this contract by written notices to the contractor within 30 days with in which the Contracting Officer may exercise the option; provided that the Government gives the Contractor a preliminary written notice of intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. Definition: As used in this provision, the term "brand name" includes identification of products by make and model number. If items called for by this solicitation have been identified in the schedule by a "brand name" description, such identification is intended to be descriptive, but not restrictive. (a) This solicitation contains the provision FAR 52.211-6 "Brand Name or Equal". Offerors are cautioned to comply with the requirements of this provision. (b) Offerors proposing "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer and are determined by the Government to meet fully the salient characteristics requirements set forth in the clause "Minimum Salient Characteristics" contained in this solicitation. (c) If the offeror proposes to furnish an "equal" product, the brand name, if any, and model number of the product to be furnished shall be inserted in the spaces provided in the Schedule. Unless the offeror clearly indicates in its offer that it is proposing an "equal" product, its offer shall be considered as offering the brand name product referenced in the solicitation. The Specifications, Statement of Work, or Statement of Objectives which describe the work to be performed hereunder, although attached, is incorporated and made a part of this document with the same force and effect of "specifications" as described in the clause, Order of Precedence, FAR 52.215-8, incorporated by herein by reference. All products to be delivered under the resulting contract shall comply with the salient, physical, functional, or other characteristics set forth in the attachment which have been determined to be essential to the needs of the Government. These characteristics shall be used by the Government to determine that the offered products are equal in all material respects. Material shall be packaged, packed and marked for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Packages shall be clearly identified on the outer wrapping with the contract number and delivery /task order number, if applicable. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. (a)To constitute a proper invoice, invoices shall include, at a minimum, all the items required in FAR 32.905. (1)The minimum requirements are: i.Name and address of the contractor. ii.Invoice date and invoice number. iii.Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number. iv.Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. v.Shipping and payment terms (e.g. shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. vi.Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). vii.Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. viii.Taxpayer identification number (TIN). ix.Electronic funds transfer (EFT) banking information. x.Any other information or documentation required by the contract (e.g. evidence of shipment). (2)For cost reimbursement or time and material contracts (other than a contract for a commercial item), the contractor shall bill and maintain a record of indirect costs in accordance with FAR 52.216-7(d). (b)Supplemental documentation required for review and approval of invoices, at the written direction of the contracting officer, may be submitted directly to either the contracting officer, or the contracting officer ™s representative. Contractors shall submit all supplemental invoice documentation along with the original invoice. (c)Invoices that fail to provide the information required by the Prompt Payment clause (FAR 52.232-25) may be rejected by the Government and returned to the contractor. In addition to the invoice requirements contained in FAR 32.905 and FAR 52.216-7, the following also applies: (1)Invoices must include the following information to support all costs claimed: (a) period of performance for the costs claimed; (b)current amounts for each CLIN, if applicable; (c) current direct and indirect incurred costs, including fee; (d) cumulative amounts for each CLIN; and (e) statement signed by an authorized company representative certifyingthat the costs in theinvoice are accurate and complete. (2)The Government reserves the right to make invoice adjustments if associated costs are determined to beunallowable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20092964/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04623878-W 20170812/170810232925-f83c1468746a8944770dd4a09a22c4ec (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.