Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

J -- Copier Maintenance

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OPM-0407Q-0004
 
Response Due
2/9/2007
 
Archive Date
2/24/2007
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and in the format in Subpart 12.60, and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The Solicitation number is: OPM-0407Q-0004 and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-15 dated December 12, 2006. The North American Industrial Classification System (NAICS) code is 811, and the small business size standard is $6 million. This procurement is unrestricted, allowing both large and small business to submit quotations. The Office of Personnel Management (OPM) is soliciting quotations to provide maintenance services on 25 copiers located at the below addresses under Place of Performance. The base period of performance is March 1, 2007 thru September 30, 2007 to include 3 option years. BACKGROUND: The Federal Investigative Services Division (FISD) is a department within the United States Office of Personnel Management (OPM). The Federal Investigative Services Division is responsible for conducting background investigations on employees of the Federal Government. Timely expeditious maintenance is crucial to the Federal Investigative Services Division overall mission. STATEMENT OF WORK: The contractor will provide maintenance for 25 copiers located at the addresses listed above. This service will take place weekdays, except the 10 Federal holidays. Service requests must be started within 24 hours of initial call for service. Service hours are from 6:00AM until 5:30PM. The vendor and OPM contact officials will arrange scheduling of any maintenance needs. All parts (except paper, glass and staples) are to be included, along with travel and labor charges. When service is completed the machine must be in complete working condition. Copiers can be added and / or removed from contract with written notice. See attached list of machines (make, model and serial number and the projected copy usage. Copy overage should also be included. TERMS AND CONDITIONS: The following are inserted by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (to be submitted with quotation); 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52,212-4. FAR Clauses 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following clauses applicable: FAR 52.222-3 Convict Labor; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222.36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.232-36 Payment by Third Party. FAR 37.107 1965; The Service Contract Act of 1965 (41 U.S.C. 351-357) provides for minimum wages and fringe benefits as well as other conditions of work under certain types of service contracts. The latest wage determination (number 05-2451 REV 02) for Pittsburgh, PA may be accessed electronically at website http://www.wdol.gov/SCA.aspx#8 . The most recent wage determination shall be incorporated in full text to the successful offeror. The full text of FAR references may be accessed electronically at website http://www.acquisition.gov. Additional clauses apply. QUOTATIONS: Offerors are invited to submit firm-fixed price quotation responses for the maintenance of the 25 copiers. The contractor shall provide fixed-prices for the entire requirement. Quotations must be received by the Office of Personnel Management no later than February 9, 2007. Quotations shall also include the following information: 1. RFQ number. 2. Name, address, and telephone number of offeror. 3. Price for each line item in the requirement given above and any discount terms. 4. Pricing must include copy overage costs. 5. Prospective contractors must be registered in the Central Contractor Registration database. Information regarding CCR requirements may be obtained at www.ccr.gov or by calling 1-888-227-2423. 6. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. All responsible sources may submit a quotation, which, if received prior to the expiration of the deadline, shall be considered by this agency. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. Offers that fail to furnish the required information and representations detailed above, or those who reject the terms and conditions of the solicitation may be excluded from consideration. Only written requests for additional information will be accepted. QUOTATION EVALUATION/ CONTRACT AWARD Price Evaluation: OPM will evaluate quotations for technical capability and price, to determine price reasonableness, and the ability to meet objectives in the scope of this RFQ. A contractor will be selected based on both technical and cost considerations and a contract will be awarded to the vendor whose responsive quotation offers the best value to the OPM. Notification of any changes to this requirement shall be made only on the internet. Vendors not registered in the Central Contractor Registration (CCR) database at the time the requirement is to be awarded will not be considered.
 
Place of Performance
Address: U.S. Office of Personnel Management (OPM), Federal Investigative Services Division (FISD), 1137 Branchton RD, PO Box 618, Boyers, PA 16018, AND, OPM-FISD, 125 Lincoln Ave,, Grove City, PA, 16127, Country: USA,
Zip Code: 16127
Country: UNITED STATES
 
Record
SN01221529-W 20070131/070129221111 (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.