Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22, 2001 PSA #2878
SOLICITATIONS

W -- LEASE TO PURCHASE COPY MACHINES

Notice Date
June 20, 2001
Contracting Office
USPFO for Utah, P.O. Box 2000, 12953 Minuteman Drive, Draper, UT 84020-2000
ZIP Code
84020-2000
Solicitation Number
DAHA42-01-T-0006
Response Due
July 3, 2001
Point of Contact
Sherri D. Shepherd, Contracting Officer, (801)523-4093
E-Mail Address
click here to contact the contracting officer via (sherri.shepherd@ut.ngb.army.mil)
Description
The Utah National Guard is issuing a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are hereby requested. A written solicitation will not be issued. This is issued as a Request for Quote (RFQ), Number DAHA42-01-T-0006, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-26. This procurement is unrestricted with an assigned North American Industry Classification System (NAICS) code of 532420 which signifies a small business size standard of $18 million. GENERAL: This will be a firm fixed price contract for copy machines to be procured on a 48 month lease to purchase basis (base year and three options years). DESCRIPTION: Proposal to include copiers, all services and supplies (excluding paper, toner, and staples). Copiers will be placed from Ogden in the North to American Fork in the South, a distance of approximately 60 miles. Equipment must be in place and ready for use NLT August 1, 2001. The minimum needs of the government are as follows: (A) Four (4) copiers with a minimum speed: 18 PPM; expected volume: 3,000/month; features: document feeder, 750 sheet paper capacity, digital copy process, upgradeable to be a network printer; (B) Seven (7) copiers with a minimum speed: 22 PPM; expected volume: 4,000/month; features: document feeder, auto duplex, 1,000 sheet paper capacity, cabinet, shift sort tray, digital copy process, upgradeable to be a network printer; (C) Two (2) copiers with a minimum speed: 27 PPM; expected volume: 7,000/month; features: document feeder, auto duplex, shift sort tray, bypass tray, 1,000 sheet paper capacity, cabinet, fully digital copy process, upgradeable to be a network printer; (D) Two (2) copiers with a minimum speed: 35 PPM; expected volume: 10,000/month; features: document feeder, auto duplex, document finisher w/stapler, bypass tray, 1,000 sheet paper capacity, fully digital copy process, upgradeable to be a network printer; (E) One (1) copier with a minimum speed: 45 PPM; expected volume: 15,000/month; features: document feeder, auto duplex, document finisher w/stapler, bypass tray, 2,000 sheet paper capacity, fully digital copy process, upgradeable to be a network printer. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror -- Commercial Items, Addendum paragraph (d) Product Samples -- delete in its entirety, paragraph (h) Multiple Awards -- delete in its entirety, the government plans to award a single contract resulting from this solicitation; (2) FAR 52.212-2, Evaluation -- Commercial Items; (3) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.213-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (4) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; (5) FAR 52.214-21, Descriptive Literature; (6) DFAR 252.204-7004, Required Central Contractor Registration; (7) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders -- Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; FAR 52.232-36, Payment by Third Party; (8) FAR 52.207-5, Option to Purchase Equipment; (9) FAR 52.217-8, Option to Extend Services; (10) FAR 52.232-19, Availability of Funds for the Next Fiscal Year. Evaluation Commercial Items applies to this acquisition. Award will be made on the basis of best value to the Government, price and other factors considered. EVALUATION FACTORS: Selection will be based on the following evaluation factors, in order of importance: (1) technical factors, to ensure that the offeror fully understand the needs of the Government, the capability to provide those needs within the required timeframe, and the quality of proposed items; (2) past performance, caliber of offeror's performance in terms of service on previous contracts; and (3) total cost, the price proposal will be evaluated for fairness and reasonableness. INSTRUCTIONS: Offers shall include: (1) a cost proposal and delivery schedule, (2) descriptive literature of product proposed; (3) FAR 52.212-3, Representations and Certifications -- Commercial Items, filled in completely, (4) a list of at least three customers to which the offeror provided similar items and services as covered by this solicitation within the past three years. Include company name, POC, phone number, and a brief description of items and services provided for each reference. Failure to provide items 1-4 listed above with your offer, may cause your offer to be considered non-responsive. To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr2000.com or call CCR Assistance Center toll free at 1-888-227-2423. Offers shall be submitted NLT 4:00 P.M. local time on July 3, 2001 to USPFO for Utah, Attention Sherri Shepherd, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available).
Record
Loren Data Corp. 20010622/WSOL001.HTM (W-171 SN50P541)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on June 20, 2001 by Loren Data Corp. -- info@ld.com