Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
MODIFICATION

99 -- Strategic Sourcing Office Equipment, "Multifunction Devices & Printers"

Notice Date
4/27/2006
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ATO-AJA-481 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-06-R-00200
 
Response Due
5/5/2006
 
Archive Date
6/4/2006
 
Description
MARKET SURVEY CAPABILITY ASSESSEMENT OFFICE EQUIPMENT: Multifunctional Devices (MFDs) GSA Schedule 36, and Printers GSA Schedule 70. A National Strategic Sourcing Initiative for the procurement of Office Equipment (Nationwide, Alaska, Hawaii & Territories) This public announcement is being issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System Section 3.2.1.3.12. This is not a solicitation announcement. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Since this is an informational announcement, no evaluation letters and/or results will be issued to the respondents at this time. Background: The FAA at its nine Regional Offices, two Centers, as well as at headquarters and at other locations, employs a variety of purchasing processes to acquire equipment, services and supplies used in the furtherance of agency missions and goals. Purchasing processes are defined as the purchase of supplies and services through various means, including purchase cards, interagency agreements, GSA schedules, as well as through direct single source and competitive procurements. These purchasing processes are generally not closely coordinated across purchasing domains within the agency. The FAA's Chief Financial Officer has determined that coordination and restructuring of these purchasing processes will lead to reduced costs and increased efficiencies. One of the major objectives in the FAA Flight Plan is to control costs while delivering quality customer service. To help achieve the Flight Plan of controlling costs, the FAA has embarked on an important agency-wide strategic sourcing initiative. This initiative is called Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) Program. The Program will include all FAA Lines of Business, Staff Offices, Regions, and Centers. The objective of the SAVES Program is to enable the FAA to purchase selected commodities for less. With the support of the FAA's Chief Financial Officer, usage of this vehicle will be strongly encouraged agency-wide and monitored for compliance so we may realize savings and control costs. This procurement will not be set aside for small business. All awards will be based on a best value analysis. We will be releasing a Screening Information Request (SIR) in the next few weeks. Please monitor our announcement site. In addition, we plan on utilizing the latest electronic processes for online offers and proposal receipt for the commodity SIR as appropriate. We may ask for Best and Final Offers, and we are considering the use of on-line reverse auctioning to obtain the best pricing and request your comments. Capability: It is the FAA's intent to contract with a commercial office equipment supply company that is on the General Services Administration (GSA) Schedule 36 for multifunctional devices (MFDs), and GSA Schedule 70 for printers. The draft statement of work (SOW) for Office Equipment is attached and includes draft specifications for basic models to complex workstations in order to cover the entire spectrum of user requirements (fax and e-mail capabilities, maintenance agreements, etc.). The FAA intends to gather pricing for both purchases and leases to ensure user needs are met across all organizations. The accompanying attachments reference specifications for printers and MFDs by speed and reproduction type. We are seeking feedback on our proposed specifications for 5 black and white models, segmented by speed for 15, 25, 35, 45, and 55 or greater pages per minute. Also, we are looking for two color models with speed segmentation of 25 and 45 or greater pages per minute. The functions identified therein are to be continued throughout the period of performance of the procurement (Indefinite Delivery/Indefinite Quantity contract), which will be 5 years, including the base period of one year, and four option periods of one year each. The North American Industry Classification System (NAICS) code for this effort is 423420, Office Equipment Merchant Wholesalers, and 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. Instructions: 1) review the attached draft statement of work including the Multifunction Device (MFD) specification and Printer specification (Excel files) and provide your comments; and 2) address the questions below; 3) completion of the attached Business Declaration form. This should include all necessary signatures and its expiration date. Please answer the following questions and reply back via email: 1) Is your firm currently listed on the General Service Administration's Federal Supply Schedule 70? 2) Is your firm currently listed on the General Service Administration's Federal Supply Schedule 36? 3) Does your firm sell a full range of multifunctional devices defined in the SOW? If no, please explain. 4) Does your firm sell a full range of printers as defined in the SOW? If no, please explain. 5) Does your firm currently have a contract for multifunctional devices and/or printers with another agency of the Federal Government? If yes, please provide additional information. 6) Is your firm capable of meeting the delivery time frames to the locations listed in the SOW? 7) Is your firm capable of providing energy producing products qualified through the Electronics Products Environmental Assessment Tool (i.e Energy Star, see http://www.epeat.net )? If yes, please explain. 8) Are you classified as a large or small business? 9) After reviewing the SOW, will you consider submitting a proposal? If no, why not. 10) Are any of the SOW Section C requirements unreasonably restrictive? If yes, please explain? 11) Would you consider a teaming arrangement to meet the requirements? 12) Please provide additional comments regarding the SOW to assist the FAA in achieving the highest overall cost savings and best value (i.e. delivery timeframes, pricing methods, leave vs. buy, etc.), efficiency (ordering, reporting, service agreements, etc.), and/or compliance with federal mandatory purchasing requirements (CPG, Energy Policy Act of 2005, etc.). In addition to your responses to the previous questions, we welcome any feedback you may have on our technical requirements. Your not submitting a response to this survey will not affect your firm's ability to respond to a future SIR. Interested companies can register for future announcements related to this and any procurement by going to FAA's Contract Opportunity website. http://www.asu.faa.gov/faaco/index.cfm Should you want the e-mail automatic notification of FAA opportunities you may look under the column "Main Menu" and click on e-Mail Auto-Notify System. The FAA is not liable for costs associated with a response to this request. This is not a request for competitive proposals and will not result in a contract award. Specifications are subject to change in proposal. No collect calls or telephone inquiries will be accepted. This is an informational request only. No solicitation exists; therefore do not request a copy of the solicitation. If a solicitation is issued, it will be synopsized on the FAA's contract opportunities web page. It is the potential offeror's responsibility to monitor this site for the release of any solicitation. Please submit your comments, responses, and questions by May 5, 2006 so that they may be fully considered to: Federal Aviation Administration ATTN: Steven M. Bobby, ATO-A, AJA-481 800 Independence Avenue, S.W. Washington, D.C. 20591 Steven.Bobby@faa.gov
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4754)
 
Record
SN01036361-W 20060429/060427220541 (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.