Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2007 FBO #2196
SOLICITATION NOTICE

J -- Maintenance on Canon Copiers

Notice Date
11/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W81R8T7297RM01
 
Response Due
12/5/2008
 
Archive Date
2/3/2009
 
Point of Contact
mendoza1, 928-328-6922
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(crystal.mendoza@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. This requirement is being issued under FAR 13.5 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqu isition Circular (FAC) Fac 2005-21, Effective 07 November 2007 & Class Deviation 2005-o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070213. It is anticipated that payment will be made by Government Visa Credit Card. The North Am erican Industry Classification System (NAICS) is 811212 with a size standard of $23 Million Dollars. There is not a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market pric es, quality, and delivery, therefore the automatic small business set aside required at FAR 19.502-2(a) is dissolved. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bp n.gov/CCR/scripts/index.html . The award will be made to the low priced, technically acceptable offeror. The quotation shall consist of the following; Description: Maintenance on Canon Copiers SCOPE: Provide a quote for the attached equipment for a maintenance agreement to include parts and labor. Service turn around timeframe 24 hours. Provide loaner equipment if copiers cannot be repaired within 14 business days. Customer service available dur ing normal business hours to answer questions. Please break down price by month. (Contract will consist of one year base period (December 2007  September 30, 2008) and one year option period (October 1, 2008  September 30, 2009) Equipment List; MDL# C3220G SN# JPM00330 6,500 color copiers allowed per month; MDL# 2200G SN# MRH01420 6,000 B/W copies allowed per month; MDL# NP2020 SN# VGB42224 6,000 B/W copies allowed per month; MDL# CLC1000 SN#NJZ00410 1,000 color copies allowed per month; MDL# cc006 SN# MRH10502 6,000 color copies allowed per month; MDL# C3100N SN#JXK02098 10,000 B/W copies allowed per month; MDL# C3220G SN# JPM10233 6,500 Color copies per month. CONFIGURATION: Maintenance on copiers located in various locations throughout YPG Yuma, AZ. SPECIFICATIONS: Maintenance on Canon Copiers (No supplies required) Delivery, acceptance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly m arked with RFQ referencing number # W81R8T7297RM01 and emailed to the Point of Contact Listed below or sent by facsimile to 928-328-6849 no later than then 5 December 2007 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions con cerning this requirement must be emailed to the Point of Contact listed below no later than the 3 December 2007 at 9:00 a.m. Mountain Standard Time (MST). Per FAR 52.212-2 the Government intends to award a contract to the responsible offeror whose offer c onforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. Offerors shall include in their proposal, past performance informati on on at least three other contracts in which they provided the same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, 3) Point of Contact (Name) with Phone Number and Email Address and 4) Brief Synopsis of project to include price. Offerors that fail to furnish required representations or technical information as require d by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 In structions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the refer enced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Appl ication (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of 52.212-3. FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) and 52.222-42 S tatement of Equivalent Rates for Federal Hires (May 1989). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Exec utive Order Commercial Items (Nov 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2 007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ( Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007), specifically 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Program (Oct 2006) with Alternate I (Oct 2006). DFARS provision 252.232-7003 Electronic Submission Payment Requests (May 2006), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7035 Buy American Act---Free Trade Agreements---Balance of Payments Program Certificate (Oct 2006) with Alternate I (Oct 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Point of C ontact listed below, via email, or by facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01460145-W 20071201/071129223849 (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.