SOLICITATION NOTICE
74 -- Copier Rental/Lease in Support of DR-4482-CA
- Notice Date
- 2/20/2024 1:33:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- REGION 7: EMERGENCY PREPAREDNESS AN KANSAS CITY MO 64108 USA
- ZIP Code
- 64108
- Solicitation Number
- 70FBR924Q00000009
- Response Due
- 2/26/2024 12:00:00 PM
- Archive Date
- 03/12/2024
- Point of Contact
- Stephanie R. Lindner, Phone: 8168091596
- E-Mail Address
-
stephanie.lindner@fema.dhs.gov
(stephanie.lindner@fema.dhs.gov)
- Small Business Set-Aside
- LAS Local Area Set-Aside (FAR 26.2)
- Description
- Federal Emergency Management Agency- Region 9 intends to rent 2 copiers, 1 Color and 1 Black and White multifunction devices (hereafter collectively referred to as devices) for full service maintenance for hardware and software. The Contractor shall provide full-service multifunction work center device with maintenance to include service calls, labor and any major components identified in the offeror�s normal definition of full service. Contractor shall provide full on-site maintenance service to include on call maintenance and any manufacturer�s recommended maintenance and service shall include but not limited to all labor, equipment, tools, materials, parts, supervision, transportation, lodging, etc. Expendables and system upgrades shall not be included and will be procured separately as determined necessary by the government. Service is required to maintain safe operations and/or to keep system performing within the manufacture�s specifications and the terms and conditions of this contract. 52.226-4�Notice of Disaster or Emergency Area Set-Aside. As prescribed in�26.206(b), insert the following clause: Notice of Disaster or�Emergency�Area set-Aside (Nov�2007) (a)�Set-aside area.�Offers�are solicited only from businesses residing or primarily doing business in California.�Offers�received from other businesses�shall�not be considered. (b)�This set-aside is in addition to any small business set-aside contained in this contract. (End of clause) 52.226-5�Restrictions on Subcontracting Outside Disaster or Emergency Area. As prescribed in�26.206(c), insert the following clause: Restrictions on Subcontracting Outside Disaster or�Emergency�Area (Nov�2007) (a)�Definitions.�The definitions of the following terms used in this clause are found in the Small Business Administration regulations at�13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b)�The Contractor agrees that in performance of the contract in the case of a contract for- (1)�Services (except�construction). At least 50 percent of the cost of contract performance incurred for personnel�shall�be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the area designated in the clause at FAR�52.226-4, Notice of Disaster or�Emergency�Area Set-Aside; (2)�Supplies�(other than�procurement�from a nonmanufacturer of such�supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area�shall�perform work for at least 50 percent of the cost of manufacturing the�supplies, not including the cost of materials; (3)�General�construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4)�Construction�by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (End of clause) SOLICITATION NO.: 70FBR924Q00000009 Requirement Title: Copier Lease in Support of DR-442-CA 1.0. Order Information 1.1 NAICS Code: 532420 -- Office Machinery and Equipment Rental and Leasing 1.2. Contract Type: Firm Fixed Price 1.3. Period of Performance: The period of performance for this purchase order is estimated to be 3/01/2024 � 9/30/2024. -Base Period (CLIN 0001 & CLIN 0002): 7 Months (from date of award). -Option Period(s): oBase: Coper Rental/Lease 3/01/2024 � 9/30/2024 oOption 1: Extend Base Services 3 Months oOption 2: Extend Base Services for 6 Months oOption 3: Extend Base Services for 1 Month The actual start date of the period of performance will be based on the date of the purchase order is awarded. Options may be exercise more than once and in any order in accordance with FAR 52.217-9. 1.4 Funding: Funds are not presently available for this Purchase Order. Award of this Purchase Order is contingent upon the availability of appropriated funds. 2.0. Contract Line Items (CLINs) and Contract Type by CLIN 0001 � Copier Rental/Lease (FFP) 0001A � Option 1 (FFP) 0001B � Option 2 (FFP 0001C � Option 3 (FFP) 0002 - Copier Rental/Lease (FFP) 0002A � Option 1 (FFP) 0002B � Option 2 (FFP 0002C � Option 3 (FFP) 0003 � Hard Drives (FFP) 0004 � Delivery/Pick-up (FFP) 0005 � Overages (FFP) 3.0. Description of Services See the Statement of Work dated 2/20/2024 and included as �Attachment 3.� 4.0. Offer Preparation and Submission Quotes must include the following: 4.1. Technical Quote 4.2 Price Quote 5.0. Evaluation Factors and Basis of Award The Government intends to make award based upon the overall best value. Offeror shall provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements of the solicitation based on an assessment of relevant experience from the contractor. 5.1 Evaluation Factors (listed in descending order of importance): Factor 1: Proposed Copiers with specifications. Factor 2: Delivery Schedule. Technical factors are more important than cost or price. 5.2 Basis of Award: A FFP Award is anticipated once it has been determined that the Offeror is responsive/responsible, the prices are acceptable, reasonable, and realistic and the vendor has been determined to be the overall best value to the government. 6.0 Other Information This section intentionally left blank. 7.0 Solicitation Provisions and Representations�See Attachment 1. Questions Due Date: Submit all question via email to stephanie.lindner@fema.dhs.gov by February 22, 2024, 3:00pm, Pacific Time Offer Due Date: Submit the offer and all required documents via email to stephanie.lindner@fema.dhs.gov by February 26, 2024, 12pm Pacific Time Attachments to the Solicitation: Attachment�1 -�Solicitation Provisions and Offeror Representations Attachment 2 -�OF347 (Sections B through J) Attachment 3 -�Statement of Work (dated 2/20/2024) Attachment 4 - Annex A Minimum Device Specifications Attachment 5 -�Key Personnel Attachment 6 - Wage Decision ****OF347 will be issued as the award document. Sections B-J are being provided as part of the solicitation to ensure vendors are provided all necessary information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f9e30220ef3447828860b5a1adb7c79f/view)
- Place of Performance
- Address: Pasadena, CA 91103, USA
- Zip Code: 91103
- Country: USA
- Zip Code: 91103
- Record
- SN06971095-F 20240222/240220230047 (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 |