Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2000 PSA #2722
SOLICITATIONS

74 -- COST PER COPY CONTRACT (CPC) COPIER SERVICE

Notice Date
November 3, 2000
Contracting Office
U.S. Property & Fiscal Office For Kansas, 2737 S Kansas Ave, Attn: Contracting, Topeka, KS 66611-1170
ZIP Code
66611-1170
Response Due
November 30, 2000
Point of Contact
1LT Tony Diaz (785) 274-1218 Tom Coleman (785) 274-1211
E-Mail Address
Click here to contact the contracting officer via (tony.diaz@ks.ngb.army.mil; tom.coleman@ks.ngb.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is issued as a request for proposal for a Cost Per Copy Contract for the Kansas and Nebraska Army and Air National Guards. Requirement is for copiers to be placed in various locations throughout the State(s). Upon request, interested contractors may obtain an Excel spreadsheet containing current location of the copiers, average monthly number of copies, and copier features. Contractor's proposals must be submitted on the Excel spreadsheet provided. Both spreadsheet files may be requested by e-mail to 1LT Tony Diaz at tony.diaz@ks.ngb.army.mil . In order to be considered proposal must include one copy of a manufacturers promotional brochure for each brand/model of copier proposed, indicate standard copier features proposed (Shall be equal to or better than the features on the current copiers being used by the National Guard). Price of Cost Per Copy proposal shall include all associated cost with installation and removal of copiers from all locations. Proposal must contain information regarding your company's prior performance with at least three contracts/installations of similar type and magnitude. Provide point of contact and telephone number of person familiar with the contract or copier installation. Proposals shall include completed FAR 52.212-3 Representations and Certifications. Proposed copier models must be current production manufactured as new or newly manufactured. Contractors must include with their proposals the Make and Model of the Copier, guaranteed response time from time of trouble report received by a servicing dealer, the number of copies per minute, and the cost for each copy, minimum required monthly copies per machine. Contractor shall recommend the copier brand type and size that they determine to be the "Best Value" and should be based on the copier volume history indicated on the spreadsheet provided. The contractor's proposal must include a statement that indicates the period after which delivery order will not be accepted against the contract. This is Negotiated Procurement; one award will be made in the aggregate. The resultant Contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity Contract. The contract will be awarded for a period of four (4) years. The awarded contractor may offer and the government may negotiate the addition of copiers to the basic contract. Addition of copiers to the contract shall be based upon technological changes in copier design. This contract shall allow any Federal Agency within the states of Kansas or Nebraska to place delivery orders against this contract. The award will be based on the "Best Value" proposal received in response to this solicitation and will include the following factors: price, past performance, copier capabilities, and response time for service calls and any other factors that may indicate a best value for the Government. For evaluation purposes, when combined all technical factor are approximately equal to price. This request for proposal includes the clauses at FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-7, Anti Kickback Procedures (Jul 95); FAR 52.212-3, Offerors Representations and Certifications Commercial Items IAW with FAC 97-20 (Oct 2000) ; FAR 52.212-4, Contract Terms and Conditions (Apr 1998); FAR 52.216-1 Type of Contract; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-22 Indefinite Quantity; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commerrcial Items; 52.226-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act -- Supplies; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Aug 96); and 52.243-1, Changes -- Fixed Price. Proposals are due 15 days from date of this notice by close of business 3 p.m. by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 telephone (785) 274-1218. Attn: 1LT Tony Diaz; or e-mail to tony.diaz@ks.ngb.army.mil. Simplified Acquisition Procedures of a commercial services applies.
Record
Loren Data Corp. 20001107/74SOL001.HTM (W-308 SN5058T9)

74 - Office Machines, Text Processing Systems and Visible Record Equip Index  |  Issue Index |
Created on November 3, 2000 by Loren Data Corp. -- info@ld.com