Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
DOCUMENT

J -- Maintenance for 22 Canon Copiers in Cleveland, OH - Amendment 1

Notice Date
11/14/2008
 
Notice Type
Amendment 1
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
OMHA-09-COPIERMAINT
 
Response Due
11/18/2008 3:00:00 PM
 
Archive Date
12/3/2008
 
Point of Contact
Brendan J Miller, Phone: 301-443-5241
 
E-Mail Address
brendan.miller@psc.hhs.gov
 
Small Business Set-Aside
N/A
 
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: OMHA-09-COPIERMAINT 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) 05-26 dated June 12, 2008. The North American Industrial Classification System (NAICS) code is 811212, and the small business size standard is $25 million. This procurement is unrestricted, allowing both large and small business to submit quotations. The PROGRAM SUPPORT CENTER (PSC) is soliciting to procure Full Service Fleet Maintenance Agreement for 22 Canon Copiers in Cleveland, OH. The contractor shall provide the following: The period of performance shall be December 1, 2008 through September 30, 2009 with four (4) 12-month option periods. 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; The full text of FAR references may be accessed electronically at website http://www.acqnet.gov QUOTATIONS Offerors are required to submit a technical proposal explaining their technical capability to accomplish the criteria below, a past performance proposal, and a firm-fixed price quotation as specified herein for the comprehensive fleet maintenance for 22 Canon copiers as an aggregate monthly total for the base, and all option periods. Quotations must be received by the Contracting Office no later than 3:00 p.m. on November 18th, 2008. QUOTATION EVALUATION/ CONTRACT AWARD 52.212-2, Evaluation - Commercial Items, apply to this acquisition: (a) The Government will award a contract resulting from this solicitation to the lowest price responsible offeror whose offer conforming to the solicitation. The following standards must be adhered to for optimum performance of copiers which support the Office of Medicare Hearings and Appeals - Cleveland: 1. Flat rate monthly charge for unlimited black & white copies - the flat rate maintenance plan will accommodate the migration of stand alone printers to multi-functional devices; supporting a Departmental directive. The rate also includes all labor, parts, toner, and staples. 2. Provide Canon imageWare Enterprise Management Console at no additional cost. This internet portal allows OMHA to actively monitor the status of all Canon multifunction devices within the DHHS network in real-time. This includes viewing service histories as well as monitoring the status of staples, toner, paper, network connection, and meter readings. 3. Provide webcasts for training to update the OMHA on systems and software changes and to be fully apprised of all other technical requirements at no additional charge. 4. Fully support the present life guarantee replacement cycle warranty. Within three years of original installation of any newly installed Canon brand equipment or throughout the term of Canon leased equipment, the offerror will, at the Government’s request replace such equipment with a like unit if the following three conditions are met: (1) the equipment is continuously under a Canon authorized service provider maintenance agreement from the date of installation; (2) all terms of the Canon maintenance agreement applicable to the Government are fulfilled; and (3) prior to requesting a replacement “like for like” unit, the offerror is given a reasonable opportunity to cure any service problems with the equipment. 5. Authorized Canon Service Provider which utilizes only Canon genuine parts for service and replacements. The maintenance by certified Canon technicians on Canon equipment ensures the continuation of the warranty agreement on leased Canon equipment. NOTE: The warranty shall be void and of no force and effect if the copier is damaged as a result of repair by other than service representatives qualified by Canon U.S.A. and acting in accordance with Canon U.S.A.’s service bulletins. This will also ensure that all integrated multifunctional, digital solutions incorporating eCopy (Canon partner) will continue to address the workflow requirements of the OMHA customers. 6. Dedicated eCopy representative and eCopy trained systems engineers. The offerror will provide maintenance and support (purchased by the Government at installation), for the remaining term of the M&S agreements that are currently in effect at no additional cost. The offerror will provide the Government with customer references that have both Washington DC and National coverage with eCopy installed. The offerror will provide their systems engineer support infrastructure for eCopy to include systems engineers and certifications and years of experience for supporting eCopy installations. 7. Network integration and training at no charge for initial installations and troubleshooting during the life cycle of the equipment. Dedicated hardware and software, Canon -pecific trained technical systems engineers are included. 8. Meter readings are submitted through an interactive interface or through a simple Microsoft Excel-based bulk upload interface reducing the OS workload for color copiers. 9. Dedicated Federal Account Executive exclusive to HHS to monitor any technical, administrative, and billable issues and provide an account analysis and review on a weekly basis and work with any related facilities management service. 10. No cost training for at least two sessions per machine. 11. One (1) preventative maintenance check per year. 12. Four (4) hour response time during business hours, 7:00am through 5:00pm, local prevailing time. 13. One (1) extra toner per machine, per location. 14. No pre-maintenance inspections are allowed. 15. Service which resolves network integration issues remotely at no additional charge if they appear related to the copier’s connectivity, specifically the print board or eCopy scanning functionality. 16. If OMHA elects to add additional accessories, there is no increase in service pricing. 17. Practices with document encryption, security and authentication with a senior staff of senior system engineers for pre-sales activity and consultation. 18. Validate device types, id install locations, and access account information and account submission of service and supply requests through an internet based account management application at no additional charge. 19. Utilization of a user management interface to access requests, delegate responsibilities, and assign privileges to multifunctional devices at no additional charge. 20. Consistent technical staff/hardware and software - Canon specific trained. 21. Administration of services contract for local and national response - critical for the regional and field offices’ ability to interface with Canon’s direct and wholesale operation. 22. Use of a no charge customer support center: a program available to solve integration network issues quickly via a phone site operating twelve hours a day. Site provides training and webcasts to the field for updated technology and new software to understand significant and relative technical issues. 23. Provide a service response plan and training response plan, and include number of staff for each. SECURITY To perform the work specified herein, contractor personnel will require access to sensitive data, regular access to HHS-controlled facilities and/or access to HHS information systems. The Government has determined the position Sensitivity under this effort to be level 5. To gain access to the sensitive data, HHS-controlled facilities, and/or HHS information systems, the contractor shall comply with Homeland Security Presidential Directive 12, Policy for a Common Identification Standard for Federal Employees and Contractors, and with the personal identity verification and investigation procedures contained in: 1) HHS Information Security Program Policy http://www.hhs.gov/read/irmpolicy/121504.html 2) HHS Office of Security and Drug Testing, Personnel Security/Suitability Handbook, dated February 1, 2005 (http://www.knownet.hhs.gov/acquisition/pssh.pdf). 3) Requirements for HHS and 4) HHS HSPD-12 IMPLEMENTATION POLICY (DRAFT) QUESTIONS Only written requests for additional information will be accepted. PLEASE NOTE THAT ANY AMENDMENTS TO THIS SOLICITATION SHALL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. SUBMISSION OF PROPOSALS ALL OFFERS MUST CLEARLY INDICATE THE SOLICITATION NUMBER and be sent to Brendan Miller, Contract Specialist, Parklawn Building, 5600 Fishers Lane, Room 5-101, Rockville, MD 20857 or via email to PSCAcquisitions@psc.gov. All offers from responsible sources, fulfilling the requirements of this solicitation, shall be considered if received by 3:00 p.m. on November 18th, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dace2aa45fbf5c5c2cfd3c487e57cfe2&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Answers to questions (SF-30AMENDMENT 1 to Solicitation..doc)
Link: https://www.fbo.gov//utils/view?id=45d8506912f3d8420d942d0f122ff470
Bytes: 83.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01704900-W 20081116/081114215730-dace2aa45fbf5c5c2cfd3c487e57cfe2 (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.