Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

W -- Lease of Copier, Large Capacity

Notice Date
5/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), FLETC Artesia Facility (OAO), 1300 W. Richey, Artesia, New Mexico, 88210
 
ZIP Code
88210
 
Solicitation Number
09ART0247A
 
Point of Contact
Cynthia M Ybarra, Phone: 505-748-8010
 
E-Mail Address
cynthia.ybarra@dhs.gov
(cynthia.ybarra@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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. This solicitation is issued as a Request for Quotation (RFQ), Reference No. 09ART0247A. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The NAICS code is 532420, size standard of $25 million. The Federal Law Enforcement Training Center, Artesia, New Mexico, has a requirement for the following: 1. Copier, 36 Month Operating Lease Plan (OLP), Firm Fixed Price. The Contractor shall provide a new copier consisting of all new parts, current in manufacture's production parts, with the following minimum requirements: Ethernet Capability, 1 GB Ram, 40 GB HDD, Production 95 ppm, Capability of handling a minimum of 25,000 copies per month, up to 100 page Duplexing Capability, Extra Large Paper Drawers - 150 Sheet, Handles, Letter, Legal and Tabloid Size Paper. Accessories Required: a. Additional Paper Deck: Letter, Legal & Tabloid Size Paper. b. Saddle Staple Finisher, with Maximum Capacity, Ability to Feed Card Stock Cover/Binders - Letter, Legal and Tabloid Size Paper. c. Professional Punch: Ability for Variety of Optional Tools Including Wire Loop Binding. d. Punch Tool for Loop Binding (19 Holes) e. Additional Power Supply Units for Hole Puncher f. Document Insertion Lease to include full service maintenance, repair, consumable supplies including but not limited to such items as periodic or preventive maintenance kits, toner developer, dry ink, fuser oil, drums, parts, and other copier supplies, excluding paper and transparencies. Lease price is to include 90,000 prints per month. Base Period will cover the period from date of award through September 30, 2009 - Approx. 4 Months. Provide monthly charge. 2. First Option Period, for Item No. 1, to cover the period of October 1, 2009 through September 30, 2010 - 12 Months. Provide monthly charge. 3. Second Option Period, for Item No. 1, to cover the period of October 1, 2010 through September 30, 2011 - 12 Months. Provide monthly charge. 4. Third Option Period, for Item No. 1, to cover the Period of October 1, 2011 through approximately May 31, 2012 (depending on date of award) - 8 Months. Provide monthly charge. Please provide FOB destination pricing. The delivery time is to be included in the quote. Provide detailed information on items quoted (manufacturer, item number, etc.). Delivery and Installation: The Contractor shall provide for the shipment and delivery of the copier and consumable supplies to the Federal Law Enforcement Training Center, Artesia, New Mexico at no additional cost to the Government. The Contractor shall make delivery and install copier between the business hours of 8:00 a.m. and 4:00 p.m. MST, Monday through Friday, Federal holidays excluded. The Contractor shall notify the Contracting Officer no less than 2 business days prior to installation. For billing purposes, billing will commence on the first full month following the equipment installation. For example, if the equipment is installed May 22, the first billing cycle will commence June 1. Service Calls/Repairs: Service calls/repairs are to be performed during the business hours of 8:00 a.m. to 4:00 p.m. MST, Monday through Friday (excluding Federal holidays). The Contractor shall respond to verbal or written requests from designated personnel for service calls. The Contractor shall service the copier within 8 business hours after the verbal or written request for the service call. The Contractor's response time on a service call starts, when the designated personnel places a verbal request for a service call or a written service call requested is received by the Contractor, whichever is earlier. Preventive Maintenance: The contractor shall examine, repair or replace equipment included in accordance with Original Equipment Manufacturer standards. The contractor shall ensure that the copier operates as originally designed and installed. Copier Replacement: The minimum acceptable level of performance for this copier will be 90% uptime. The Government's definition of uptime is the full functioning of all the features available on the unit simultaneously. Malfunctioning (downtime), even if a copier still copies after an original is placed on the platen, includes the nonfunctioning of the feeder, sorter, paper drawer and anything else that is necessary for the full functioning of the features available on the unit simultaneously. The failure of any copier to meet the uptime standard of 90% in one 60-day period will result in a determination by the Contracting Officer and the Contractor's authorized representative to replace the copier. The Contractor shall deliver and install replacement copiers within 3 business days after the replacement determination. Temporary Replacement Copier: When a malfunctioning copier cannot be repaired within 8 business hours, the FLETC will have the option of requesting a backup copier. The Contractor shall supply such a backup copier within 8 business hours after written or oral notification by the C.O. Backup copiers shall meet or exceed the capabilities of the copiers to be replaced. The Contractor's charge for the use of the backup copier shall be the same as, and in lieu of, the charges for the copier being replaced. Relocation of Copier: During the term of the contract, changes in DHS requirements may necessitate relocation of copier on the same floor or to another floor within the building. The Contractor will relocate within the same building or floor, as required, the equipment and supplies, at no cost to the Government. The Contracting Officer will notify the Contractor verbally or in writing of intended equipment moves. Relocation of copier shall be accomplished within 5 business days after receipt of the request. Removal of Copier: Equipment shall be removed within 10 business days of lease termination/expiration at no additional cost to the Government. Consumable Supplies: Upon initial copier delivery, the Contractor shall provide a minimum of one month's consumable supplies for the copier. These supplies will be stored by the Government. On an as-needed basis, the Contractor shall deliver supplies for the leased copier to the FLETC during the business hours of 8:00 a.m. through 4:00 p.m. MST, Monday through Friday, excluding Federal holidays. The Contractor shall label all shipped consumable supplies with the contract number identified. The key operator may make emergency requests for consumable supplies verbally or in writing. The Contractor shall process and ship the requests within 24 hours, excluding Saturday, Sundays, and Federal holidays. Training: No later than 2 business days after copier delivery, the Contractor shall provide on-site user and key operator training to include how to operate the basic function keys of the copier, location, and procedures for installing consumable parts, paper, toner, staples; how to operate special features, such as duplexing, enlarging, and reducing; multiple job queues; diagnosis and resolution of copier malfunctions. Security: Prime Contractors and all personnel employed by the Prime Contractor, including subcontractors, in the performance of this contract, or any representative of the Prime Contractor entering the Federal Law Enforcement Training Center (FLETC) shall abide by all FLETC security regulations which may be in effect during the contract period. Any such individual(s) shall be subject to those security inspections which may be deemed necessary by the FLETC to ensure that no security violations occur during the course of the contract. It shall be the Prime Contractor's responsibility to ensure that each applicant who is expected to be working on FLETC facilities or that requires routine access to FLETC facilities shall provide specific information on specific forms in order to undergo a suitability determination, and when so deemed, a security background investigation as required for access to the FLETC, and in some cases a security clearance. The required forms will be provided to the Prime Contractor upon contract award. The FLETC reserves the right and prerogative to deny and/or restrict the facility and information access of any Contractor employee whose actions are in conflict with the standards of conduct, 5 CFR 2635. NOTE: For purposes of the Service Contract Act, offerors are hereby advised, when preparing their quote for this requirement, to go to the Department of Labor's website ( http://www.wdol.gov/ ) and review the on-line wage determinations to ensure compliance with the Act. The following clauses are hereby incorporated: FAR Clauses 52.212-1 Instruction to Offerors-Commercial Items; FAR 52-212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The following clauses are checked: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.225-1, 52.225-13, 52.232-18 "Availability of Funds" is applicable to Line Items 2 through 4 only; 52.232-33, and 52.247-34; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Offerors are reminded to include a completed copy of the Provisions at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, with its offer. To view clauses in full text, visit http://www.acqnet.gov/far. Offerors must be approved and registered in the Central Contractor Registration ( www.ccr.gov ) and registered at https://orca.bpn.gov. Lack of registration in the CCR will make an offeror ineligible for award. Responses must be submitted NLT 4:30 p.m. MST on May 20, 2009. Send responses to Cynthia Ybarra, FLETC, 1300 W. Richey Avenue, Bldg. 4, Artesia, NM 88210, or by facsimile to 575-748-8002 (Attn: Cynthia Ybarra), or by email to cynthia.ybarra@dhs.gov. All questions must be submitted in writing (either by fax or email).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/AAD/09ART0247A/listing.html)
 
Place of Performance
Address: Federal Law Enforcement Training Center, 1300 W. Richey Avenue, Artesia, New Mexico, 88210, United States
Zip Code: 88210
 
Record
SN01819457-W 20090517/090516161027-5ca47874d1cd6e905c3f3659ba214c23 (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.