Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430

U.s. Department Of The Treasury, Procurement Services Div., 1500 Pennsylvania Ave., Nw, Room 1310g, Washington, Dc 20220

J -- FACSIMILE MACHINE MAINTENANCE SERVICES SOL A-99-0034 DUE 092499 POC Dan Alderman, Contract Specialist, 202-622-0798, Dale Wakefield, Contracting Officer, 202-622-9391 <DESC>The Department of the Treasury, Departmental Offices, Procurement Services Division, Room 1310G, Suite 400E, 1500 Pennsylvania Avenue NW, Washington, DC 20220, is issuing this combined synopsis/solicitation for commercial items. This synopsis/solicitation is prepared in accordance with Federal Acquisition Regulation 12.6 for Facsimile Machine Maintenance Services. The Department has a requirement for maintenance services on four (4) different name brands of fax machines as follows: Canon L705, 17 each; Canon L730, 1 each; Canon L750, 2 each; Canon L770, 20 each; Canon L775, 36 each; Canon L790, 1 each; Canon L920, 1 each; Canon L4000, 24 each; Canon L4500, 1 each; Canon L5000, 1 each; Canon L5500, 12 each; Canon L210, 1 each; Canon L222, 2 each; Canon L120, 2 each; Panasonic UF600, 2 each; Panasonic UF775, 38 each, Panasonic UF770, 5 each; Panasonic UF788, 8each; Panasonic UF322, 3 each; Panasonic UF342, 2 each; Panasonic UFV60, 1 each; Sharp FO 120, 2 each; Ricoh L4500, 2 each; Ricoh L5600, 1 each; and Ricoh L2800, 1 each. Total of 186 facsimile machines. The contractor will provide on-call remedial maintenance and scheduled quarterly preventive maintenance. Logs shall be kept by the contractor on all remedial and preventative maintenance calls performed under the terms of the contract . All parts used by the contractor shall be either original equipment manufacture (OEM) parts or functional equivalents to and comparable in all respects to OEM parts specifications. All parts replaced shall be labeled with a unique numbered tag identifying it as the contractor replaced part. The Contractor shall respond to remedial maintenance service calls within four (4) hours. Normal work hours are 9:00 AM to 5:00 PM, Monday through Friday, excluding weekends and Government holidays. Performance period is 10/01/99 -- 09/30/2000. Offerors need to submit technical and price proposals under separate covers. The contract will be awarded using the "technically acceptable -- low price" methodology. To be determined technically acceptable, the offerors need to address the following factors in their technical proposal: 1) Technical Capabilities: Provide a statement that shows an understanding of the requirement and how this requirement will be managed, and 2) Past Performance: Provide three references. Include company name, contract number, point of contact and telephone number(s). Award of this contract shall be subject to the availability of funds. The following FAR Clauses are applicable to this solicitation: 52.212-1, Instruction to Offerors -- Commercial; 52.212-2, Evaluation -- Commercial Items; 52.212-3, Offeror Representations and Certification -- Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Submit responses to the Department of the Treasury, Procurement Services Division, Rm 1310 G, Suite 400E, 1500 Pennsylvania Avenue, NW, Washington, D.C. 20220, ATTN: Dan Alderman (202) 622-0798. All responses must be received by 4:00 P.M., EDT, 9/24/99. Posted 09/09/99 (W-SN378181). (0252)

Loren Data Corp. http://www.ld.com (SYN# 0089 19990913\J-0015.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page