Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2003 FBO #0619
SOLICITATION NOTICE

74 -- The North Dakota National Guard is looking for a Cost per copy contract to produce an estimated 4.2 million copies per year. We will require 102 digital copiers located in twenty cities throughout North Dakota

Notice Date
8/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
DAHA32-03-T-0006
 
Response Due
8/22/2003
 
Archive Date
10/21/2003
 
Point of Contact
Lee Peterson, 701-333-2222
 
E-Mail Address
Email your questions to USPFO for North Dakota
(lee.peterson@nd.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items 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; proposals are b eing requested and a written solicitation will not be issued. Solicitation number: DAHA32-03-T-0006 is issued as a Request For Quotation (RFQ). The North Dakota Army National Guard (NDARNG) intends to award a Firm-Fixed Price Service Type contract for a period of One Base Year (1 October 2003 to 30 SEPTEMBER 2004) a nd Three (3) Option Years starting 1 October through 30 September. The NDARNG has a requirement for One Hundred Two (102) plain paper digital copiers to produce a minimum of 4.2 million copies per year. Actual copies last year were 4,138,004 copies. All copiers will be located in North Dakota in the following cities: Williston, Minot, Bottineau, Rugby, Dickinson, Mott, Hettinger, Hazen, Bismarck, Mandan, Jamestown, Wishek, Edgeley, Devils Lake Camp Grafton, Cando, Cavalier, Grafton, Grand Forks, Mayville , Carrington, Valley City, Lisbon, Fargo, Wahpeton, and Oaks. All copiers furnished under this RFQ shall be new manufactured equipment. Reconditioned, renovated, or previously used copiers will not be acceptable. The contractor will provide all equipmen t, users manuals/literature, labor, key operator training, and all consumables excluding staples and paper. To ensure the ready availability of contractor furnished supplies, the contractor may be required to store all supplies at copier locatons. Facili ties and storage space will be at the discretion of the Government. Machine locations will be provided at the time of award. All correspondence to North Dakota Army National Guard, SSG Lee Peterson, Contract Specialist, USPFO Contracting Office, Fraine B arracks, PO Box 5511, Bismarck, ND 58506-5511. Correspondence via E-mail: lee.peterson@nd.ngb.army.mil or fax (701) 333-2230. RFQ is due close of business on 22 August 2003. The contractor is required to obtain monthly meter readings and report readings to the Contracting Officer Representative (COR) using a manner satisfactory to the vendor. Copiers shall be capable of operating on 110-volt or 220-volt, 60 Hz, AC elec trical current. Specify the electrical requirements for models quoted. The sole responsibility for maintaining copiers in serviceable condition shall be the contractors. Contractor shall provide normal scheduled preventive maintenance services, to ensure all copiers furnished are maintained in operating condition. Se rvice calls for a malfunction will be during normal business hours (8:00 AM to 5:00 PM). The contractor shall respond to service calls no later than four (4) business hours of notice of a problem. All copiers shall perform at or above the Government's mo nthly effectiveness level. Down time for a copy machine starts when vendor is notified and ends when the copy machine is operating again. If the down time of any copy machine is greater than 10 hours per month or 30 hours per quarter, the contractor ma y be required to replace the copy machine. Should the repair record of a copier reflect a downtime of 10% or more of the normal working days in two consecutive months, the Contracting Officer in writing will require the initial copier be replaced. The re placement copier(s) will be installed for the remainder of the contract period. The contractor will provide the Contracting Officer the serial number, location, and model number of any replacement copier(s). Backup copiers may be installed for temporar y relief while a malfunctioning copier is repaired or a replacement copier is installed. All copiers will be operational at the time of installation. Contractor can certify that sufficient repairs have been made to meet this effectiveness level. Should a certified repaired copier, continue to operate below the effectiveness level it shall be replaced. The contractor must have the capability to deliver and install backup equipment within this time frame if parts are not available and need to be ordered to fix the malfunction. Backup equipment is a temporary fix and must meet or exceed th e capabilities of the malfunctioning copier at vendor??????s expense. On occasion requirements outside normal operating hours may be required to support NDANG activities. The COR will notify vendor when additional operating hours are required and the fou r hour response time applies. The contractor shall train key operators. A key operator will be assigned for each copier. This training shall be conducted on site and will take place no later than three (3) working days after installation of all copiers. All copy machines shall as a minimum requirement include the following: Digital Plain Paper Copiers/Printers, Automatic Duplexing, Document Feeder, Two Paper Trays, Manual Bypass, USB and/or Parallel Port, Document Management Software, Operating Sys tem compatible with Windows 95, 98, XP, Windows NT, Windows 2000 to include any future operating system developed and utilized by the NDARNG while contract is in place, 50%-400% zoom, Platen Based 11??????x 17??????, 6 MB memory, and capable of utilizing r ecycled paper. CATEGORY 1: Fifty-Eight (58) Digital Copiers required. Minimum requirements plus a minimum copy speed of 13 copies per minute. CATEGORY 2: Twenty-Five (25) Digital Copiers required. Minimum requirements plus a minimum copy speed of 20 copies per minute. CATEGORY 3: Fourteen (14) Digital Copiers required. Minimum requirements plus a minimum copy speed of 25 copies per minute with Network Printing (shall be networked on the NDARNG local area network), Network Scanning, Stapling Capability, 64 MB Memory, a nd mailbox capability. CATEGORY 4: Fourteen (14) Digital Copiers required. Minimum requirements plus a minimum copy speed of 40 copies per minute with Network Printing (shall be networked on the NDARNG local area network), Network Scanning, Stapling Capability, 64 MB Memory, a nd mailbox capability. CATEGORY 5: One (1) Digital Copier required. Minimum requirements plus a minimum copy speed of 60 copies per minute with Network Printing (shall be networked on the NDARNG local area network), Network Scanning, Stapling Capability, 64 MB Memory, and mail box capability. ADDITIONAL QUOTE REQUIREMENTS: Evaluation shall be based on a Best Value determination to the Government. Evaluation factors shall be price, technical capabilities and past performance (Ref. FAR Clause 52.212-2). Price should reflect Base Year and Three Option Years cost per copy quote for102 copy machines producing 4.2 million copies per year and how any excess copies above 4.2 million copies will be charged. For evaluation purposes only, we will use 150,000 excess copies for the base year and ea ch option year. Category 1 copiers averaged 690 copies per month, Category 2 copiers averaged 3,250 copies per month, Category 3 copiers averaged 8,725 copies per month, Category 4 copiers averaged 16,500 copies per month, and Category 5 copier averaged 45,000 copies per month. Total copies produced last year was 4,138,004 copies. Upon notification to the contractor, the Government reserves the right to relocate copiers under this contract at the expense of the Government. Offeror will need how many days___ to order and install 102 copy machines on receipt of a purchase order? Include literature for all copiers being quoted. Offeror's provide detailed preventative and ongoing maintenance schedule. Offeror's shall provide detailed personnel qualifications; to include dispatchers, customer service representatives, and dedicated technicians. Offeror's ability to track down time by copy machine and provide this information monthly. Security features of copy machines and costs to provide security if not mart of quote. Provide procedure for a dding copy machines offered in this quote at a latter date. Copier(s) added end with Option Year 3. Relocation costs when Government requests vendor to move a copy machine. Offeror must complete and return with your quote FAR Clause 52.212-3 Offeror Representations and Certifications- Commercial Items. (JUL 2002) to be considered in the competitive range. Failure to provide completed Representations and Certifications will d eem the offerors bid unresponsive. Representations and Certifications FAR Clause 52.212-3 can be obtained from the following website http://farsite.hill.af.mil/VFFARA.HTM or a copy can be fax requested from the Contracting Office via email lee.peterson@nd .ngb.army.mil or at Phone number (701) 333-2222 or Fax Number(701) 333-2230. Performance Period - (Base Year 1 Oct 03/30 Sep 04), 4,200,000 Copies at $__________ per copy equals $ ______________ per year. Base Year, 150,000 Estimated Excess Copy Charge at $ _________ per Copy equals $ ___________ Per Year. Performance Period - (Option Year One 1 Oct 04/30 Sep 05), 4,200,000 Copies at $__________ per copy equals $ ______________ per year. Option Year One, 150,000 Estimated Excess Copy Charge at $ _________ per Copy equals $ ___________ Per Year. Performance Period - (Option Year Two 1 Oct 05/30 Sep 06), 4,200,000 Copies at $__________ per copy equals $ ______________ per year. Option Year Two, 150,000 Estimated Excess Copy Charge at $ _________ per Copy equals $ ___________ Per Year. Performance Period - (Op tion Year Three 1 Oct 06/30 Sep 07), 4,200,000 Copies at $__________ per copy equals $ ______________ per year. Option Year Three, 150,000 Estimated Excess Copy Charge at $ _________ per Copy equals $ ___________ Per Year. CLAUSES & SOLICITATION PROVISIO NS: 52.212-2 EVALUATION, COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUL 2002) 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 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR CONTRACTS FOR MAINTENANCE, CALIBRATION, AND/OR REPAIR OF CERTAIN INFORMATION TECHNOLOGY, SCIENTIFIC AND MEDICAL AND/OR OFFICE AND BUSINESS EQUIPMENT--CONTRACTOR CERTIFICATION (AUG. 1996) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.233-2 SERVICE OF PROTEST (AUG 1996) 52.249-2 TERMINATION FOR CONVENEINCE TO THE GOVERNMENT (FIXED PRICE) (SEP 1996) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed elect ronically at this/these address: http://farsite.hill.af.mil 252.204-7004 REQUIRED CENTRAL CONTRACTORS REGISTRATION (NOV 2001) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (SEP 1995) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2002) 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (SEP 1999)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
Country: US
 
Record
SN00396295-W 20030810/030808213815 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.