Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2024 SAM #8206
MODIFICATION

36 -- Up to 9 month lease of 109 MFDs for Japan

Notice Date
5/14/2024 8:53:18 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
SP7000-24-Q-1033
 
Response Due
5/20/2024 9:00:00 AM
 
Archive Date
06/04/2024
 
Point of Contact
Tyler Bowman, Phone: 7177708137, Timothy Danowski
 
E-Mail Address
tyler.bowman@dla.mil, Timothy.Danowski@dla.mil
(tyler.bowman@dla.mil, Timothy.Danowski@dla.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 � Streamlined solicitation for commercial products or commercial services, in conjunction with FAR Part 13, 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 SP7000-24-Q-1033. This notice incorporates clauses and provisions in effect through Federal Acquisition Circular (FAC) 2024-04 effective 1 May 2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change effective date 25 April 2024, and Defense Logistics Acquisition Directive (DLAD) Revision 5 effective 8 April 2024 through PROCLTR 24-04.� Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with Only �One Source under the authority of FAR 13.106-1(b). All responsible sources may submit quotations which shall be considered by the agency. This acquisition is not set-aside for small business. The associated North American Industrial Classification System (NAICS) code is 532420. DCSO-P New Cumberland has a requirement to lease 109 multi-functional devices with associated maintenance. Period of Performance with Options: 1 June 2024 - Up to 30 November 2024 Base Period: 06/01/2024 - 07/31/2024 (2 months) Option 1: 08/01/2024 - 08/31/2024 (1 month) Option 2: 09/01/2024 - 09/30/2024 (1 month) Option 3: 10/01/2024 - 10/31/2024 (1 month) Option 4: 11/01/2024 - 11/30/2024 (1 month) Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). FAR 52.212-1 OFFER SUBMISSION �INSTRUCTIONS � Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Quotations may be submitted in contractor format and shall include: Company name, address, telephone number, e-mail address, and FAX number Solicitation number Contractor DUNS Number and Commercial and Government Entity (CAGE) Code Unit Price and extended price for CLIN Technical information (as stated below under FAR 13.106-2) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) FAR 52.212-2 Evaluations-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, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical, and Past Performance as stated within Evaluation Factors For Award. Technical and past performance, when combined, will not be weighted. The Lowest Price Technically Acceptable (LPTA) source selection process will be utilized. (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. Contractors are required to include a copy of the FAR provision Contractors are required to include a copy of the FAR provision 52.212-3-offeror Representations and Certifications-Commercial products and DFAR 252.212-7000-Offeror Representation and Certification- Commercial products with its proposal or may indicate completion of the representations and certifications on the internet at http://SAM.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 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. All questions and inquiries should be addressed via email to tyler.bowman@dla.mil � Request for Quotation Number SP7000-24-Q-1033. Offerors responding to this announcement shall submit their quotation via email to Tyler Bowman at tyler.bowman@dla.mil. All quotes must be received by 20 May 2024 at 12:00 PM Eastern to be considered for award. CLIN Structure (See Equipment List for additional information): Base Period:� 06/01/2024 - 7/31/2024 CLIN 0001 QTY. 3 MFDs x 2 months = 6 Each CLIN 0002 QTY. 26 MFDs x 2 months = 52 Each CLIN 0003 QTY. 13 MFDs x 2 months = 26 Each CLIN 0004 QTY. 58 MFDs x 2 months = 116 Each CLIN 0005 QTY. 2 MFDs x 2 months = 4 Each CLIN 0006 QTY. 7 MFDs x 2 months = 14 Each Option Period 1:� 08/01/2024 - 08/31/2024 CLIN 1001 QTY. 3 MFDs x 1 month = 3 Each CLIN 1002 QTY. 26 MFDs x 1 month = 26 Each CLIN 1003 QTY. 13 MFDs x 1 month = 13 Each CLIN 1004 QTY. 58 MFDs x 1 month = 58 Each CLIN 1005 QTY. 2 MFDs x 1 month = 2 Each CLIN 1006 QTY. 7 MFDs x 1 month = 7 Each Option Period 2:� 09/01/2024 - 09/30/2024 CLIN 2001 QTY. 3 MFDs x 1 month = 3 Each CLIN 2002 QTY. 26 MFDs x 1 month = 26 Each CLIN 2003 QTY. 13 MFDs x 1 month = 13 Each CLIN 2004 QTY. 58 MFDs x 1 month = 58 Each CLIN 2005 QTY. 2 MFDs x 1 month = 2 Each CLIN 2006 QTY. 7 MFDs x 1 month = 7 Each Option Period 3:� 10/01/2024 - 10/31/2024 CLIN 3001 QTY. 3 MFDs x 1 month = 3 Each CLIN 3002 QTY. 26 MFDs x 1 month = 26 Each CLIN 3003 QTY. 13 MFDs x 1 month = 13 Each CLIN 3004 QTY. 58 MFDs x 1 month = 58 Each CLIN 3005 QTY. 2 MFDs x 1 month = 2 Each CLIN 3006 QTY. 7 MFDs x 1 month = 7 Each Option Period 4:� 11/01/2024 - 11/30/2024 CLIN 4001 QTY. 3 MFDs x 1 month = 3 Each CLIN 4002 QTY. 26 MFDs x 1 month = 26 Each CLIN 4003 QTY. 13 MFDs x 1 month = 13 Each CLIN 4004 QTY. 58 MFDs x 1 month = 58 Each CLIN 4005 QTY. 2 MFDs x 1 month = 2 Each CLIN 4006 QTY. 7 MFDs x 1 month = 7 Each
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a1e5a5a5aef4b73bc7e70fd9237124d/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN07062949-F 20240516/240514230041 (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.