Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
MODIFICATION

J -- Government owned Canon copier repair for Nevada Air Force Base

Notice Date
6/6/2005
 
Notice Type
Modification
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DAPS-Silverdale, Washington, 1100 Hunley Road Suite 108, Silverdale, WA, 98315
 
ZIP Code
98315
 
Solicitation Number
SA7057-05-0001
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Point of Contact
Clarence Miller, Contracting Officer, Phone 360-315-4009, Fax 360-396-4225, - Cheryl Hurst, Purchasing Agent, Phone 360-315-4007, Fax 360-396-4421,
 
E-Mail Address
bud.miller@dla.mil, Cheryl.Hurst@dla.mil
 
Description
Sources Sought Synopsis This is a Sources Sought Notice. There is no solicitation available at this time. Requests for solicitation will not receive a response. This Sources Sought Notice is published for market research purposes only, and in no way obligates the Government in an award of any contract. The Document Automation & Production Service (DAPS) is seeking to identify qualified sources from Industry for the following requirements: STATEMENT OF WORK FOR DOCUMENT AUTOMATION & PRODUCTION SERVICE (DAPS)EQUIPMENT MANAGEMENT SOLUTIONS (EMS) GOVERNMENT OWNED CANON COPIERS - OPEN MARKET MAINTENANCE AT NAVAL AIR STATION FALLON NEVADA The DAPS San Diego Office Group, headquartered in San Diego, California, is one of nine (9) regional DAPS office groups within the Continental United States (CONUS) responsible for supporting and managing the full scope of EMS (copier services). 3.0 SCOPE OF WORK 3.1 To award a 12 Month Maintenance Only contract agreement with a vendor supporting an estimated 38 government-owned copiers in the initial phase of this program 1 October 2005, with a potential of (not-to-exceed) 46 copiers all within the NAS Fallon Nevada military complex. 4.0 TYPE OF MAINTENANCE AGREEMENT 4.1 Contractor must be Licensed/Certified and/or be a service provider which is affiliated and accredited to work on the Canon copiers listing under paragraph 15.0 (Copier Specifications). 4.2 Contractor must be willing to invoice DAPS San Diego using a monthly base allowance (flat rate)charge with a separate charge for overage usage per the models specified under paragraph 15.0(Copier Specifications). 4.3 The contractor must be willing to dedicate two (2) full time service technicians. One (1) on-site primary (full time) service technician directly assigned to NAS Fallon (without office space) and one (1) back-up support technician to work during any periods where the primary technician is unavailable, i.e. vacation or sick days. The service technician(s) must be on-site Monday through Friday from 8:00 a.m. to 4:30 p.m. (0800-1630 hrs), except Saturday, Sunday and State/Federal/Contractor Holidays. Contractor response time for work stoppage situations shall be one (1) business hour of service call. A telephone call (unless it results in solving the problem) shall not be deemed as an acceptable service response. 4.4 The on-site technician(s) will be responsible for maintenance of the equipment to include installation of like-for-like replacement copiers, troubleshooting, training of key operators. These duties do not include the delivery of paper. It may require the delivery of consumables depending on how the supplies are delivered (to a central point vs. to locations of devices). All repairs also include all labor, travel, scheduled preventive maintenance, service calls and consumable supplies at no additional charge to the government. 4.5 The contractor agrees to provide all replacement parts (including photoreceptor drum), toner, staples and service labor in order to keep all machines in good working order using unscheduled or remedial preventative maintenance procedures to ensure all copiers are lubricated, adjusted and operating correctly. All replacement of maintenance parts will be deemed necessary with the exception of the following: 4.5.a Repairs resulting from causes other than normal use; abuse or misuse by operators (including without limitation, damage to copier drums and use of supplies or spare parts that do not meet the original manufacturer (Canon?s) published specifications and which cause abnormally frequent service calls or service problems); accident, transportation; failure of electrical power, which meets the Contractor?s published standards , air conditioning or humidity control. 4.5.b Repairs made necessary by service performed by personnel other than the certified ?authorized? vendor/representative. 4.5.c Additional service calls or work which the customer requests to be performed outside the regular business hours. 4.5.d Shop repair reconditioning, rebuilding, overhaul or modification to the equipment except those specified by the authorized technician to assure greater performance of the equipment. 4.5.e Repair of damage or increase in service time caused by failure to continually provide a suitable installation environment. 4.5.f Repair of damage or increase in service time caused by the use of the copiers in other than ordinary use for which designed. 4.5.g Repair of damage or increase in service time caused by the use of supply item which causes machine damage or excessive service, or does not meet published physical property guidelines. 4.6 The contractor will provide comparable like-for-like copier replacements if the equipment repairs downtime exceeds four (4) business days from the initial date of visit by the service technician. Copiers under this element will be delivered, set-up and picked-up by the contractor at no additional cost to the government. Repeated failure to provide timely service maintenance to all copiers within the specified time schedules (not to exceed 3 valid written complains from different customers per month) will result in the removal of the servicing contractor from the contract. 4.7 The contractor is to provide a toll free telephone number to end-users for service and consumable supplies. This toll free telephone number will be affix in the front of the copier, along with the machine serial number. The contractor must also place a DAPS (to be provided) Services Provider label on the front of each copier and must not promote new technology or copier upgrades in lieu of servicing issues with the existing copiers. 4.8 Each activity copier key operator will be authorized to place calls for repair service and consumable supplies (staples, toner cartridges and developer) and be allowed to clearing paper jams. The contractor will notify DAPS San Diego if maintenance is related to vandalism. 5.0 SUPPLIES 5.1 The contractor will provide all consumable supplies (including staples) necessary for the operation of the equipment at no additional cost to the government. Paper is excluded as a consumable supply. Supplies will be delivered to the designated locations listed on the Attachment A listing. 5.2 The contractor will provide a toll free telephone number to end-users to order supplies. 5.3 Supplies are to be delivered within 48-hours after order is received by the vendor. Government space for additional stock or inventory of supplies will not be made available. 5.4 The on-site service technician can assist key operators in planning and even maintaining an inventory of consumable supplies for emergency shortages. 6.0 REPORTS 6.1 The contractor will provide DAPS program manage quarterly usage reports in electronic (Microsoft compatible) format on the total and average monthly production volumes for each machine grouped by contract location. The usage reports will be made available within 30 days after the close of each month to both the DAPS Program Manager in San Diego and the NAS Fallon end users upon request. 6.2 Should specialized reports be required, the contractor agrees to work with DAPS to accommodate the request. 7.0 METER READING & BILLING 7.1 The contractor (not DAPS and NAS Fallon) is fully responsible for the collection of all meter readings for all machines on a monthly basis. The contractor is also responsible for providing the key operators with the readings to support and validated the billing process. 7.2 The contractor will provide monthly in arrears invoices to DAPS San Diego Office Group for payment by the 10th day of the following month. This invoice shall be in summary format to include delivery order number, location, model, volume band, serial number, beginning meter reading, ending meter reading, bad quality credits, total actual copies produced, total billable copies, and period of performance. The monthly invoices will also include month excess copy charges, when/if applicable. 7.3 Billing ?Summary? invoices to DAPS must be provided in both a hard ?paper copy? and in electronic format (Microsoft compatible) on a monthly basis. 8.0 PREMATURE DISCONTINUANCE PROVISIONS 8.1 Contractor agrees to a thirty (30) day ?no fault? government written cancellation notice by way of a contractual amendment /modification. 9.0 EQUIPMENT ACCESSORIES, TRADES & UPGRADES 9.1 No equipment accessories, trades and upgrades will be permissible under this maintenance only contract. End users or operators at NAS Fallon which require these services/functions will negotiate a different contract through the DAPS San Diego OG Program Manager. 9.2 Should Canon discontinue the production of the copiers listed is section 15.0 (Copier Specifications), or offer substitute, or upgrade equipment with technology improvements, this offerer and/or appointed service provider contractor will not (under any circumstances) sell, promote or sponsor Canon Officials onto NAS Fallon. These technology improvements for NAS Fallon will be coordinated between directly between DAPS and Canon as applicable. 10.0 RELOCATION OF COPIERS 10.1 No machines shall be relocated without an authorized contract amendment/modification from DAPS. 10.2 It is preferred to have unlimited (no cost) moves. If this is unreasonable, provide a per model cost breakdown for each move. 11.0 EQUIPMENT & CONFIGURATIONS 11.1 All equipment listed under section 15.0 (Copier Specifications) was manufactured and actively acquired on the DAPS/Canon/BPA/GSA contract. A proposal to provide other than new parts and/or ?remanufactured? equipment is defined IAW FAR 52.211-5. 11.2 Consistent with normal commercial practices and standards, offerors will address in their proposal any deviation to the FAR definitions. The offeror?s remanufactured equipment will also be the same full service maintenance terms and conditions as new manufactured equipment. 12.0 NETWORKING FUNCTIONALLY 12.1 This section is non applicable. The equipment listed under paragraph 15.0 (Copier Specifications)were installed almost 4 years ago as Digital (Standalone) Copiers and remain as digital standalone until fully replaced under a separate contract. NAS Fallon customers with networkable MFD requirements, will be instructed to seek another EMS contract solution with DAPS when applicable. 13.0 NETWORKING SECURITY ISSUES 13.1 This section is non applicable. 14.0 VENDOR PROGRAM MANAGEMENT 14.1 Contractor will assign a single point of contact to coordinate with DAPS San Diego Office Group in all aspects of this contract for all devices placed in support of this NAS Fallon Nevada contract. 14.2 The Vendor Program Manager (VPM) will be the single point of contract and is responsible for tasks such as scheduling equipment installation and training, submitting timely and accurate reports, addressing billing issues, supply management, resolving end-user complaints and will work with the on-site service technician for obtaining accurate meter reads for timely invoicing. 14.3 The VPM will maintain an accurate listing of all contract equipment (model, serial number, location) and provide DAPS San Diego with maintenance and utilization history reports on an individual device or group of devices upon request. 14.4 The direct support VPM will also oversee the following: dedicated service personnel to support maintenance on equipment, to include implementing a preventive maintenance schedule for equipment with high volume usage, scheduling routine preventative maintenance and maintaining adequate parts readily available to keep equipment operational. 15.0 COPIER SPECIFICATIONS 15.1 No guarantee is given that listed quantities will be ordered. Estimated quantities are based on current numbers approaching LTOP contract ending terms dates in anticipation that the customer will maintain the government owned copier under a maintenance only contract. 15.2 Maintenance will be for the following type of Canon ?Government Owned Copiers?: Production Description / Configuration Quantity Canon IR210S 38 EACH Canon IR330S 7 EACH Canon IR550 1 EACH SOURCES HAVING THE CAPABILITY TO PROVIDE THESE REQUIREMENTS ARE INVITED TO SUBMIT A WHITE PAPER, CAPABILITY STATEMENT, OR OTHER LITERATURE OUTLINING CAPABILITIES AS WELL AS EXISTING GOVERNMENT CONTACT VEHICLES THROUGH WHICH TO ACQUIRE THIS CAPABILITY SUCH AS FEDERAL SUPPLY SCHEDULE CONTRACTS. Documents shall be provided in electronic form (Microsoft Word, Excel, or PowerPoint) to bud.miller@dla.mil no later than July 7th, 2005; include Canon Copier Repair -- Fallon Air Force Base in the subject line of all email correspondence. Company information should include zualifications and experience, demonstrated success in work of this nature, point of contact, business size and disadvantaged, 8(a), or HUBZone status. Any information submitted in sresponse to this synopsis is strictly voluntary. The Government will not pay for any information submitted in response to this synopsis. This announcement in no way obligates the Government to issue a solicitation or otherwise make a contract award.
 
Place of Performance
Address: Fallon Air Force Base
 
Record
SN00823114-W 20050608/050606211549 (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.