Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOLICITATION NOTICE

J -- REPAIR AND MAINTENANCE OF OFFICE EQUIPMENT

Notice Date
12/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Southeast Area (OS:A:P:F:SE), 2888 Woodcock Boulevard, Suite 300, (Stop 80N), Chamblee, GA, 30341
 
ZIP Code
30341
 
Solicitation Number
TIRSE06Q00006
 
Response Due
12/22/2005
 
Archive Date
1/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Quote a quarterly rate for the maintenance of four White Retrieval Systems as listed below and described in the Statement of work. Prices should be quoted for a base period and four options as shown below: BASE PERIOD: January 1, 2006 through December 31, 2006 Line Item 0001 - Maintenance of two White Retrieval Systems, Models 72141W and 72141E, located at: IRS, 7940 Kentucky Drive, Florence, KY 41042: Quantity: 3 Unit: Quarters Rate: ______ Line Item 0002 - Maintenance of two White Retrieval Systems, Models 72200K and 72141E, located at IRS, 333 Scott Street, Covington, KY 41019: Quantity: 3 Unit: Quarters Rate: ______ OPTION I ? January 1, 2007 through December 31, 2007 Line Item 1001 - Maintenance of two White Retrieval Systems, Models 72141W and 72141E, located at: IRS, 7940 Kentucky Drive, Florence, KY 41042: Quantity: 4 Unit: Quarters Rate: ______ Line Item 1002 - Maintenance of two White Retrieval Systems, Models 72200K and 72141E, located at IRS, 333 Scott Street, Covington, KY 41019: Quantity: 4 Unit: Quarters Rate: ______ OPTION II - January 1, 2008 through December 31, 2008 Line Item 2001 - Maintenance of two White Retrieval Systems, Models 72141W and 72141E, located at: IRS, 7940 Kentucky Drive, Florence, KY 41042: Quantity: 4 Unit: Quarters Rate: ______ Line Item 2002 - Maintenance of two White Retrieval Systems, Models 72200K and 72141E, located at IRS, 333 Scott Street, Covington, KY 41019: Quantity: 4 Unit: Quarters Rate: ______ OPTION III - January 1, 2009 through December 31, 2009 Line Item 3001 - Maintenance of two White Retrieval Systems, Models 72141W and 72141E, located at: IRS, 7940 Kentucky Drive, Florence, KY 41042: Quantity: 4 Unit: Quarters Rate: ______ Line Item 3002 - Maintenance of two White Retrieval Systems, Models 72200K and 72141E, located at IRS, 333 Scott Street, Covington, KY 41019: Quantity: 4 Unit: Quarters Rate: ______ OPTION IV - January 1, 2010 through December 31, 2010 Line Item 4001 - Maintenance of two White Retrieval Systems, Models 72141W and 72141E, located at: IRS, 7940 Kentucky Drive, Florence, KY 41042: Quantity: 4 Unit: Quarters Rate: ______ Line Item 4002 - Maintenance of two White Retrieval Systems, Models 72200K and 72141E, located at IRS, 333 Scott Street, Covington, KY 41019: Quantity: 4 Unit: Quarters Rate: ______ STATEMENT OF WORK: This is a request for quote to provide on call remedial maintenance and preventive maintenance for four IRS owned White power files, two model number 72141E, one model number 72141W and one Model Number 72200K. The IRS wants to enter into an agreement with a company that will provide unscheduled repairs, including repair parts, to the equipment when needed in addition to providing preventive maintenance in accordance with Manufacturer specifications at least twice per year. Preventive maintenance shall be performed in accordance with manufacturer specification and include, as a minimum, cleaning, oiling and necessary adjustments. It will be scheduled via mutual agreement between the IRS and Contractor. On-call service includes parts and repair of failed equipment. Historically, on-call service has been minimal, with no calls made in the last two years. Vendor is expected to respond to calls the same day if notified prior to 12 Noon or no later than the following morning for calls made after 12 Noon. Service hours are Monday - Friday 8:00am through 4:00 PM. The vendor will coordinate with a designated IRS Point of contact to schedule preventive maintenance. A designated IRS Point of Contact will notify Vendor if remedial maintenance is required. IRS points of contact will be designated at time of award. Contractor Performance: Contractor?s performance under this contract will be evaluated by the IRS end users. The evaluation will be based on IRS monitoring of Vendor?s performance to ensure that required PM?s and repairs are performed. Failure to perform required tasks may result in payment reduction. Required tasks and standards are: (1) Contractor coordinates with the end user to establish a mutually agreeable schedule for performance of preventive maintenance and performs maintenance in accordance with the schedule. (2) Contractor responds to request for repairs the same day or the next day and that repairs made are adequate to return equipment to proper working condition. Contractor?s failure to comply with the above may result in reduction in payment. If reductions in payment are applied they will be calculated as described below. If contractor performs PM one or more days after the agreed on date, or reports the next day, or later, after being notified in the morning of a repair, a reduction equal to one day of service for each day that contractor is late may be imposed. Any reductions will be based on the agreed on price for service. The payment will be reduced by a prorated amount for each day that the service is not performed plus 10% administrative fee. The daily rate will be computed by dividing the periodic rate by the number of work days in the period, i.e., the quarterly rate will be divided by 65 (13 weeks X 5 workdays per week). The contract is for 5 years, consisting of a base period that begins January 1, 2006 and four one year options beginning January 1, 2007. Addendum to FAR Clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL 1. Offeror will submit a quarterly price for the base period January 1, 2006 through December 31, 2006 and each option period as identified in the price schedule. The quarterly price will be Contractor?s annual price divided by four. In arriving at the price Offeror should consider the cost of preventative maintenance and estimated/possible cost for remedial repairs. Include in your proposal an explanation of any limitations or what is included in your estimated cost for remedial repairs. 2. Offeror will provide a brief statement (one to two paragraphs) addressing his ability to provide the maintenance and include the names and contact information of one to three references who will attest to offeror?s ability to perform maintenance on this type equipment and Offeror?s reliability. Addendum to FAR Clause 52.212-2 EVALUATION--COMMERCIAL ITEMS The following factors shall be used to evaluate offers: Two factors will be considered in evaluating quotes. The first factor, demonstrated ability to perform required work and reliability, is more important than the second factor, price. The IRS will use the information provided in Vendor? statement addressing his ability to provide the maintenance (see item 2 above) to evaluate offeror?s ability to perform work and reliability. Addendum to FAR Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Sept 2005). Copies of Items 1 and 2 may be obtained from the CO, item 3 is included in its entirety) (1) IR 1052-01-001 Electronic Funds Transfer (EFT) Payments (2) IR1052-01-002 Paid System (3) 1052.204-9002 Personal Identity Verification of Contractor Personnel(October 2005) (a) The Contractor shall comply with Treasury and Bureau personal identity verification procedures that implement HSPD-12, OMB guidance memorandum M-05-24, and FIPS Pub 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a Federally controlled facility or access to a Federal information system. THE FOLLOWING FAR CLAUSES/PROVISIONS APPLY TO THIS ACTION: (The full text of these provisions may be accessed electronically at this address: http://www.arnet.gov/far/) 52.204-7-Central Contractor Registration (Oct 2003) 52.212-1 - Instructions to Offerors ? Commercial Items (JAN 2005) (ADDENDA TO THIS PROVISION IS INCLUDED FOLLOWING THE STATEMENT OF WORK) 52.212-2 - Evaluation--Commercial Items (JAN 1999) - (ADDENDA TO THIS PROVISION IS INCLUDED FOLLOWING THE STATEMENT OF WORK) 52.212-3 - Offeror Representations and Certifications?Commercial Items (Mar 2005) (OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY OF THIS PROVISION WITH YOUR OFFER. A copy can be printed from this website: http://www.arnet.gov/far/ ) 52.212-4 - Contract Terms and Conditions?Commercial Items (Sept 2005) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Sept 2005). The following clauses referenced in 52.212-5 apply: (ADDENDA TO THIS PROVISION IS ALSO INCLUDED FOLLOWING THE STATEMENT OF WORK) (1) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (2) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (3) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (5) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (6) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (7) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (9) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.217-8 Option To Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) NOTE: FAR CLAUSES 52.222-41 and 52.222-43 DO NOT APPLY IF FAR CLAUSE 52.222-48 APPLIES 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 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) (OFFERORS SHOULD INCLUDE A COPY OF THIS CERTIFICATION IN ITS OFFER IF IT APPLIES. A copy can be printed from this website: http://www.arnet.gov/far/ )
 
Place of Performance
Address: 201 West Rivercenter Blvd.; Covington, KY
Zip Code: 41019
 
Record
SN00947696-W 20051209/051207212610 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.