Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

W -- Up to 60 month lease of 72 A3 MFDs with accessories/ services.

Notice Date
3/4/2022 8:00:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
DCSO-P NEW CUMBERLAND NEW CUMBERLAND PA 17070-5059 USA
 
ZIP Code
17070-5059
 
Solicitation Number
SP7000-22-Q-0012
 
Response Due
3/25/2022 7:00:00 AM
 
Archive Date
04/09/2022
 
Point of Contact
Sean McDonnell, Phone: 7177702994, Chad Parent, Phone: 7177708665
 
E-Mail Address
sean.mcdonnell@dla.mil, chad.parent@dla.mil
(sean.mcdonnell@dla.mil, chad.parent@dla.mil)
 
Description
This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in FAR subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, in conjunction with FAR subpart 13.5, 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. This solicitation is issued as a Request for Quotation (RFQ) number SP7000-22-Q-0012. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-04 effective 30 JAN 2022, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20220128 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5. The Government anticipates awarding one firm fixed price contract to the vendor that submits the Lowest Priced Technically Acceptable (LPTA) quote. Inspection and acceptance will occur at FOB destination. Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. This procurement is being issued unrestricted. The associated North American Industrial Classification System (NAICS) code is 532420. The small business size standard is $35,000,000.00. The Federal Supply Class code is W074. This acquisition is full and open. No set-aside is available. Requirement Description DLA has a requirement for an up to 60 month lease of 72 multi-functional devices (MFDs) and accessories/services for support of the Navy Nuclear Power Command (NNPTC)/Navy Nuclear Power Unit (NNPTU). The services associated with the leased devices sought are delivery and installation, enduser training, full service maintenance, including all consumable supplies (excluding paper), relocation, technical refresh, removal, reports, network functionality, and network security. Please refer to Attachment 1 � Performance Work Statement (PWS) for requirement details. In accordance with FAR Clause 52.217-6 the contracting officer reserves the right to increase the quantity of equipment and services at the awarded unit prices listed for each CLIN, not to exceed 20 percent per CLIN over the first 24 months of the contract. Estimated Period of Performance Base Period: 06/01/22 - 09/30/22, 4 Months Option Period: 10/01/22 - 09/30/23, 12 Months Option Period: 10/01/23 - 09/30/24, 12 Months Option Period: 10/01/24 - 09/30/25, 12 Months Option Period: 10/01/25 - 09/30/26, 12 Months Option Period: 10/01/26 - 05/31/27, 8 Months Network Testing Will only be accomplished with the lowest priced technically acceptable awardee after award in-accordance-with the requirements set-forth in the Performance Work Statement. If the awardee is unable to pass network testing then the award will be terminated for cause in-accordance-with FAR 52.212-4(m). The Government will then issue an award to the next lowest priced technically acceptable offeror; which that awardee will then be required to pass network testing. This process will be followed until a technically acceptable low offeror successfully passes network testing. Delivery 30 Days after receipt of contract. If testing is required, 30 days after testing is complete. See Attachment 1 � PWS for additional details. Important Dates Solicitation Issue Date: 3/4/2022 Solicitations Questions Due Date: 3/16/2022 no later than 4 PM Eastern. Solicitation Close Date: 3/25/2022 no later than 10:00 AM Eastern. Points of Contact Please submit correspondence in conjunction with this solicitation to the point of contact listed below. Primary POC: Secondary POC: Contracting Specialist: Sean McDonnell Contracting Officer: Chad Parent E-mail address: sean.mcdonnell@dla.mil E-mail address: chad.parent@dla.mil Provisions/Clauses FAR 52.212-1 Addendum Quotes must be submitted electronically only to the points of contacts listed below. Quotes must be submitted in English and in United States Dollars. It is the vendor�s responsibility to ensure that their electronic correspondence and/or quote information has been received by the Government. Any quotes received after the closing date and time will be late and will not be accepted. The Contracting Officer reserves the right to make award without discussions. PLEASE NOTE FAILURE TO SUBMIT ANY OF THE INFORMATION REQUIRED BY THIS SECTION MAY RESULT IN A NON-RESPONSIVE DETERMINATION: Please submit the quote in five (5) different parts: Cover Page, Technical, Past Performance, Pricing, and Offeror Representations and Certification. Please include the following statement on every page for Parts II, III, and IV of your proposal: �SOURCE SELECTION INFORMATION � SEE FAR 2.101 and FAR 3.104.� Additionally, include Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) Part I � Cover Page a. Offeror company name b. Offeror Commercial and Government Entity (CAGE) Code c. Offeror mailing address d. Offeror POCs e. Offeror POC job title f. Offeror POC phone number g. Offeror POC e-mail address h. Quote expiration date Part II � Technical (See Attachment 4 - PWS Compliance Form) Part III - Past Performance. Indicate prior past performance, if applicable. Part IV � Pricing (See Attachment 2 - CLIN structure) Part V - Offeror Representations and Certifications (See Attachment 6 for a copy of FAR clause 52.212- 3): Evaluation Criteria FAR 13.106-2 Evaluation of Quotations or Offers � The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price. The evaluation method that will be utilized is Lowest Priced Technically Acceptable (LPTA) in accordance with FAR 15.101-2. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted. Quotes are evaluated for acceptability but not ranked using the non-cost/price factors. The evaluation criteria are as follows: Price, Technical Capability, and Past Performance. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation. The complete text of any of the clauses and provisions may be accessed in full text at http://acquisition.gov/. FAR 52.212-1 � INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.212-2 � EVALUATION � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES 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: Price Technical Capability Past Performance Technical and past performance, when combined, are less important than price. FAR 52.212-3 � OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.212-5 � CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES DLAD 52.204-9000 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Additional provisions/clauses other than those stated above may be required on the solicitation as well as the resulting award document. Attachments Attachment 1 Performance Work Statement (PWS) Attachment 2 CLIN Structure Attachment 3 Delivery Schedule Attachment 4 PWS Compliance Form Attachment 5 QASP Attachment 6 Offeror Representations and Certifications (FAR 52.212-3) Attachment 7 Procurex Reverse Auction Instructions �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de2f3aadba9b4760b129dbb215ded9eb/view)
 
Place of Performance
Address: Goose Creek, SC 29445, USA
Zip Code: 29445
Country: USA
 
Record
SN06257658-F 20220306/220304230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.