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