Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2006 FBO #1543
SOLICITATION NOTICE

D -- Annual Printing Maintenance

Notice Date
2/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUA06019A100A
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Description
This is a combined synopsis/solicitation for a commercial service 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 being requested and a written solicitation will NOT be issued. The purchase request number is F2VUA06019A100. The solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 01-05. The North American Industry Classification System code (NAICS) is 423420, Office Equipment Merchant Wholesalers. DESCRIPTION: Maintenance for the EDOX, CLC1000, CLC5000, Ri2058, and Ri3200/Ri3220 systems. REQUIREMENTS: ISP Annual Printing Maintenance. Period of Performance is 1 year from date of contract with 2 option years (FY07, FY08). STATEMENT OF WORK: Must be certified through EFI. 1.0 Task Objectives: The objective of this task is to provide total maintenance for the EDOX and CLC1000 and CLC5000 systems within the Integrated Survey Programs (ISP) Central Production Branch (CPB), SOIO-JI-A, US Special Operations Command. 2.0 Contract Objectives: The EDOX and CLC5000 are married devices and must be on the same maintenance agreement. There are 2 EDOX, 2 CLC5000, 2 Ri3200, 2 Ri3220 and 1 iR2058 systems that will be covered by this contract. Repair encompasses failure any component and/or a loss in quality outside of the specified ranges mentioned below. The incumbent will provide three types of service on the CLC 5000, Ri3200, Ri3220 and iR2058: Quality Assurance (QA), Preventative Maintenance, and Repair. 2.1 EDOX Maintenance Agreement 2 each: - The incumbent provides all tools, hardware and software (including firmware) in order to maintain the system. - The agreement includes all software patches. - The agreement allows for other system administrators appointed by the government to work on the network and security (including anti-virus) configuration, provided their configuration adjustment does not hamper or disable the system?s native functions. - The incumbent will respond and be on location no later than 4 hours for non-critical problems and 2 hours for critical problems after being contacted. 2.2 CLC 5000 Maintenance Agreement 2 each: - The incumbent provides all tools, hardware, oil, and firmware in order to maintain/operate the CLC 5000 systems. - The system is defined as the main copier and all direct attached peripherals (i.e., sorter, high capacity inputs, controller boards, etc.). - The maintenance will also include toner, starter, and silicon oil. - Billing only occurs for images copied/printed during the maintenance period, with no minimum quota of images per month. - The incumbent will respond and be on location no later than 4 hours for non-critical problems and 2 hours for critical problems after being contacted. - The government will take monthly meter readings and pass them to the incumbent in writing via email or facsimile. 2.3 CLC 5000 Print Quality Assurance for the CLC5000. - The QA visit will be performed every 25,000 impressions - The QA requires cleaning, checking, and replacement of parts as necessary for specific Unit Areas every 25,000 impressions. - The frequency of the Quality Assurance visits will depend on conditions such as: monthly copy/print volume, type of originals copied, and customers handling of the copier equipment. 2.4 CLC 5000 preventative maintenance will occur on Unit Areas outlined below: - Primary Area Kit @ 25,000 - 50,000 impressions - Photo-Drum Area Kit @ 65,000 - 90,000 impressions - Transfer Unit Area Kit @ 75,000 - 100,000 impressions - Fixing Area Kit @ 80,000 - 100,000 impressions - Filter Kit @ 100,000 - 125, 000 impressions 2.6 R12058 Maintenance Agreement: - The incumbent provides all tools, hardware, oil, and firmware in order to maintain/operate the iR2058 system. - The system is defined as the main copier and all direct attached peripherals (i.e., sorter, high capacity inputs, controller boards, etc.) - The maintenance will also include toner and starter. - Billing only occurs for images copied/printed during the maintenance period, with no minimum quota of images per month. - The incumbent will respond and be on location no later than 4 hours for non-critical problems and 2 hours for critical problems after being contacted. - The government will take monthly meter readings and pass them to the incumbent in writing via email or facsimile. 2.7 Ri2058 preventative maintenance will occur on Unit Areas outlined below: - Air Filter @ 300,000 impressions - Clean Feeder Auxiliary roller @ 50,000 impressions - Clean Fixing Assembly Inlet Guide @ 50,000 impressions - Clean Delivery Separation Claw @ 50,000 impressions 2.8 Ri3200/Ri3220 Maintenance Agreement: - The incumbent provides all tools, hardware, oil, and firmware in order to maintain/operate the iR3200 system. - The system is defined as the main copier and all direct attached peripherals (i.e., sorter, high capacity inputs, controller boards, etc.). - The maintenance will also include toner and starter. - Billing only occurs for images copied/printed during the maintenance period, with no minimum quota of images per month. - The incumbent will respond and be on location no later than 4 hours for non-critical problems and 2 hours for critical problems after being contacted. - The government will take monthly meter readings and pass them to the incumbent in writing via email or facsimile. 2.9 Ri3200/Ri3220 preventative maintenance will occur on Unit Areas outlined below: - Fixing Unit @ 100,000 to 200,000 impressions (depending on wear) - Mid Transfer Belt Cleaner @ 100,000 impressions - Drum assembly Unit for Cyan, Magenta, Yellow, and Black @ 100,000 impressions. 2.10 Impressions pool - The maintenance will include 750,000 impressions pool that all equipment listed above will draw from. - If the initial 750,000 images are exhausted, another block of images will be purchased at a rate determined at the time that agreement is awarded. 2.11 Definitions: - Critical Problems are defined by the user not being able to print or copy - Non-critical Problems are defined as any other issue that does not directly affect the user?s ability to print or copy. Example: colors are slightly off and need to be adjusted to bring the unit back into specifications. - Impression equals one side of the 8.5 x 11 sheet. 2.12 Training: - An additional 16 hours of end user training will be included and can be used any time during the course of the contract. Also your quote must list your DUNS number, CAGE code, and Federal TIN. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. DELIVERY ADDRESS: Item is to be procured on behalf of United States Special Operations Command (USSOCOM), SCSO-J24-1, 7701 Tampa Point Blvd., MacDill AFB FL 33621. PROVISIONS/CLAUSES: The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. 52.212-4, 52.212-5, 52.219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252.212-7001, 252.225-7001, 252.247-7024, AFFARS 5352.201-9101, Ombudsman. Offerors are also to submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, see https://orca.bpn.gov/ for online submittal. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. DEADLINE: Offers are due on 17 February 2006 by 12:00PM EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@macdill.af.mil.
 
Place of Performance
Address: USSOCOM SCSO-J24-1, 7701 Tampa Point Blvd., MacDill AFB, FL
Zip Code: 33621
Country: USA
 
Record
SN00987915-W 20060216/060214212418 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.