Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2006 FBO #1802
MODIFICATION

74 -- Copier Lease and Maintenance Fema LA

Notice Date
10/31/2006
 
Notice Type
Modification
 
Contracting Office
415 North 15th Street, Baton Rouge, LA 70802
 
ZIP Code
70802
 
Solicitation Number
7333
 
Response Due
11/6/2006
 
Archive Date
5/5/2007
 
Point of Contact
Name: Jospeh Scogin, Title: Contract Specialist, Phone: 8328514313, Fax: 2253794027, Name: Dan Peavler, Title: Sourcing Agent, Phone: 817.907.3877, Fax: 703.442.7822,
 
E-Mail Address
joseph.scogin@dhs.gov;, dan.peavler@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 7333 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 532420 with a small business size standard of $23M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Monday, November 6, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS FEMA Transition Recovery Office Louisiana requires the following items, MEET OR EXCEED, to the following: LI 001, Digital multifunction (print, scan, fax)photocopiers with 10,000 copies per month allowance and ability to be networked. Please provide the overage cost per copy in your bid description. Features are as follows: 28 / 35 pages per minute in black and white and 21 pages per minute in color, 2,400 dpi equivalent x 600 dpi with 256-color gradation, copy originals up to 11" x 17", can handle up to 80lb cover, full bleed printing up to 12 x 18, three hole punch function, stapling, finisher, auto document feeder, automatic duplexing, dual 550-sheet paper cassettes, 50-sheet stack bypass, reduction and enlargement: 25 -400%, electronic sorting, monthly copy volume up to 40,000. Rental to include maintenance for all copy machines under contract. Maintenance includes: supplies (excluding paper), toner (black and color), parts, staples, staple cartridges, and labor with 4 hour service call response time M-F 8am to 5pm. Maintence shall include delivery, pick-up, replacement, and relocation of copiers. Replacement of copy mahcine shall be accomplished within one (1) business day of disclosure to the vendor. Additional copiers may be added, and copiers under contract may be subtracted. See attachement 001 for list of locations by Item No. , 5, EA; LI 002, Digital multifunction (print, scan, fax) photocopiers with 10,000 copies per month allowance and the ability to be networked. Please provide the overage cost per copy in your bid description. Features are as follows: 50 pages per minute copy originals up to 11 x 17", resolution (2,400 dpi), automatic document feeder, automatic duplexing, 3,000 sheet paper trays, reserved job function, three hole punch function, stapling, finisher, and monthly copy volume up to 200,000. Rental to include maintenance for all copy machines under contract. Maintenance includes: supplies (excluding paper), toner, parts, staples, staple cartridges, and labor with 4 hour service call response time M-F 8am to 5pm. Maintence shall include delivery, pick-up, replacement, and relocation of copiers. Replacement of copy mahcine shall be accomplished within one (1) business day of disclosure to the vendor. Additional copiers may be added, and copiers under contract may be subtracted. See attachement 001 for list of locations by Item No. , 90, EA; LI 003, Digital multifunction (print, scan, fax)photocopiers with 10,000 copies per month allowance and the ability to be networked. Features are as follows: 28 / 35 pages per minute, copy originals up to 11" x 17", internal stapling, finisher, three hole puch function, auto document feeder (reversing), automatic duplexing, 2 x 500 Sheet Paper Trays, reduction and enlargement: 25 - 400%, electronic sorting, network printing/scanning, and monthly copy volume up to 100,000 / 120,000 Rental to include maintenance for all copy machines under contract. Maintenance includes: supplies (excluding paper), toner, parts, staples, staple cartridges, and labor with 4 hour service call response time M-F 8am to 5pm. Maintence shall include delivery, pick-up, replacement, and relocation of copiers. Replacement of copy mahcine shall be accomplished within one (1) business day of disclosure to the vendor. Additional copiers may be added, and copiers under contract may be subtracted. See attachement 001 for list of locations by Item No. , 30, EA; LI 004, OPTION: Offerors required to bid on option to extend period of performance for twelve (12) months. Period of performance shall be from 12/01/2007 through 11/30/2008. Option shall be included in evaluation of bid., 1, EA; For this solicitation, DHS FEMA Transition Recovery Office Louisiana intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. DHS FEMA Transition Recovery Office Louisiana is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Jospeh Scogin at joseph.scogin@dhs.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to joseph.scogin@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. Additional clauses that may apply: 52.217-5, 52.219-1, 52.219-6, 52.225-13, 52.226-3, 52.226-4, 52.226-5, 52.233-2, 52.233-4, 52.233-1 Alt. I, 52.237-2, 52.237-3, 52.242-13, 52.243-1 Alt. II, 52.244-6, HSAR 3052.204-71 -CONTRACTOR EMPLOYEE ACCESS Alternate II, HSAR 3052.209-70 - PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The set-aside area covered in this contract is the State of Louisiana. The offeror is required to submit, with its offer, documentation to support the representation that it is a firm residing or primairily doing business in the State of Louisiana. The offeror shall submit a valid state license registered with the Louisiana Secretary of State that is in good standing, and may be asked to include any additional documentation stipulated at FAR 52.226-3. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-OCT-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-33015_15, n-4555)
(http://www.fbo.gov/spg/DHS/FEMA/DR-1603/7333/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
Country: Multiple
 
Record
SN01174002-F 20061102/061101030345 (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.