Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2006 FBO #1572
SOLICITATION NOTICE

J -- Repair and maintenance of faxes and printers

Notice Date
3/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, DC, 20503
 
ZIP Code
20503
 
Solicitation Number
OAS-S-06-0004
 
Response Due
3/22/2006
 
Archive Date
4/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Part 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 solicitation number is # OAS-S-06-0004 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular # 2005-07 effective February 2, 2006. The NAICS code is 811212 (Office Machine Repair and Maintenance). The contract will be firm, fixed-price for a base period of one year and four (4) one-year option periods. Estimated base year start date is April 1, 2006. This is a 100% Small Business Set-aside. See note 1. STATEMENT OF WORK: The Executive Office of the President (EOP), Office of Administration (OA) intends to award a Time and Materials Contract for the repair and maintenance of faxes and printers. In FY 05, the EOP expended approximately $70,000.00 in printer maintenance and OEM parts per year. There is no guaranteed minimum dollar value for this requirement. Actual printer and fax maintenance and repairs are dependent upon the actual needs of EOP components during each period of the contract. Approximately 95% of the printers are HP, however EOP components also use the following equipment: Samsung, Lexmark 720, and Cannon printers and Panasonic, Cannon and Brother Faxes. Over 200 printers were repaired during FY 05. Almost all repairs were labor, repairs with maintenance kits, and roller replacements. Some cleaning, small parts and power supply replacements were also performed. All repairs were due to normal wear and tear of equipment. On the average, a contractor will spend one day a week repairing printers. All repairs shall be performed at New Executive Office Building (NEOB), 725 17th Street, NW Washington, DC 20503. Work space will be provided by the Government. Contractor shall be responsible for bringing its test equipment and inventory of spare parts to the work place. The contractor shall have sufficient inventory to provide next day printer and fax maintenance and repair for the above listed equipment. There is no space to store spare parts or test equipment in the work area. The contractor shall provide, written estimates to COTR to determine if the printer/fax is worth repairing or not. The contractor will not be required to make repairs on Federal holidays or other times when the Federal Government is closed. All supplies furnished under this contract shall be free from defects in material or workmanship. All defective supplies shall have a 100% warranty. Maintenance of printers and faxes will include a 90 day warranty. Contractor personnel must pass an FBI security clearance, and may be required to pass a pre-employment drug test and participate in a random drug testing program during the period of performance. All Contractor personnel must be 18 years of age and U.S. citizens. PROPOSAL REQUIREMENTS: Proposals shall consist of two parts: (1) Technical Proposal and (2) Price Proposal. The technical proposal shall consist of the following: An Executive Summary limited to no more than two pages highlighting the experience and capability of your organization in successfully conducting similar work and a plan limited to no more than four pages covering the logistics for implementing and successfully providing sufficient staff and inventory including: R?sum? of proposed repair person and proposed alternate or backup repair person including any certifications, specifically for HP Printer repair and maintenance. Offerors shall provide three Past Performance References. Each reference is limited to one page. Identify contracts/delivery orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as experience in providing maintenance or repair service. Past performance references shall include the following information: Government Agency/ Organization; COTR?s name, address phone number; Contracting Officer?s name, address, and telephone number. Your price proposal shall be separate from the written portion of your technical proposal. Your price proposal shall be based on your current pricing, utilizing any and all discounts. Price Proposals shall consist of the following: The proposed fixed hourly price and the price for the estimated repair parts including any discounts; and your tax identification number (TIN) and Dun & Bradstreet Number (DUNS). Offerors must submit; assumptions, conditions, or exceptions with any of the terms and conditions of this statement of work. EVALUATION FOR AWARD: Contract award shall be made to the responsible Offeror whose offer, in conforming to this solicitation, provides an overall best value to the Government, considering technical, past performance and price which are equal in importance. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Evaluation?Commercial Items (evaluation criteria stated above). All offerors shall include with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certifications?Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions?Commercial Items and 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders?Commercial Items, and the following additional clauses in cited in FAR 52.212-5: 52.222-3 Convict Labor; 52-233-3 Protest After Award; 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-19, child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Workers with Disabilities; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.217-9, Option to Extend the Term of the Contract, FAR 52.223-6, Drug-Free Workplace . The FAR clauses may be found at the following website: http://www.arnet.gov/far. The following EOP specific clauses will be incorporated into the contract: Security Clearances, Substitution of Personnel, Prohibition of Advertising of Award and Restriction against Disclosure. Full text of these clauses may be obtained from the Contracting Officer. QUESTIONS DUE: If you have any technical questions regarding this requirement, please submit your inquiries in writing via email no later than 12:00 noon, March 17, 2006 to prasmussen@oa.eop.gov. The Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. PROPOSAL DUE DATE: Proposals are due by noon, March 22, 2006. Proposals will only be accepted by fax at 202-395-3982 or by email to prasmussen@oa.eop.gov. Your complete proposal must be received by the closing time in order to be considered.
 
Place of Performance
Address: New Executive Office Building, Office of the Chief Information Officer, 725 17th Street, NW, Washington, DC,
Zip Code: 20503
Country: USA
 
Record
SN01007294-W 20060317/060315212706 (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.