Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
MODIFICATION

J -- Maintenance Services on Copiers

Notice Date
8/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
73635
 
Archive Date
9/5/2009
 
Point of Contact
Lynn B. Walling, Phone: 770-488-2747
 
E-Mail Address
lqw5@cdc.gov
(lqw5@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT SOLICITATION OPENING DATE IS BEING EXTENDED TO ALLOW AMPLE TIME FOR RESPONSES. QUOTES ARE NOW DUE ON AUGUST 21, 2009 AND NO QUESTIONS WILL BE ANSWERED AFTER AUGUST 14, 2009. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as applicable, and 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. Solicitation Number 73635 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 2005-32. This is a full and open competitive acquisition. The associated North American Industrial Classification System (NAICS) code for this procurement is 811218 with a small business size standard of $2 million. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. Offerors will be expected to download all documents concerning this requirement, as no hard copies will be mailed. Telephone requests for the solicitation will not be honored and no offeror's list will be maintained. The Centers for Disease Control and Prevention (CDC), Procurement and Grants Office (PGO) on behalf of the Agency for Toxic Substances and Diseases Registry (ATSDR), of the Centers for Disease Control and Prevention (CDC) intends to obtain maintenance service for various copiers. CDC anticipates the award of a firm fixed price contract, in accordance with FAR Part 12 - Acquisition of Commercial Items. FAR provision and addenda 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Notwithstanding Clause 52.212-1, Offerors are required to submit their proposals electronically (via e-mail) in MS Word or MS Excel files to Lynn Walling at lqw5@cdc.gov. (See Attachment 1 for detailed proposal submittal) Offerors are responsible for providing accurate and complete information for evaluation. (Failure to do so may rule the quote unacceptable.) Provision 52.212-2, Evaluation-Commercial Items, and the following evaluation factors listed in descending order of importance apply: Technical, Past/Present Performance and Price. (See Attachment 1) Offerors shall ensure that the information on their past performance is accurate, complete and updated. Failure to do so may result in a negative past performance assessment. Price is an important factor for award, but the non-price factors when combined are more important than Price. CDC reserves the right to award the contract to an offeror who may not be the lowest in price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. Additionally, Offerors shall be registered with CCR Central Contractor Registration (CCR), in accordance with subparagraph (t) of Clause 52.212-4 of this solicitation, to be eligible for award. FAR 52.212-4, Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this order. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Electronic proposals are due by 4:30 pm (EST), August 14, 2009, subject line to read 73635 at the following e-mail address:lqw5@cdc.gov. Facsimile proposals are not authorized. Proposals received after the time and date set for receipt will not be considered for award. Payments for Line Item(s) will be made on the basis of FFP. FFP payments require completion, delivery and acceptance by the CDC of specific deliverables. The Defense Priorities and Allocations System (DPAS) does not apply. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. LINE ITEM DETAIL ITEM SUPPLIES / SERVICES QTY / UNIT UNIT PRICE EXTENDED PRICE 0001 Base Year: Maintenance services inclusive of all materials and supplies in accordance with the Statement of Work. Period of Performance: September 30, 2009 through September 29, 2010. 1 EA $________ 0002 Option Year One: Maintenance services inclusive of all materials and supplies in accordance with the Statement of Work. Period of Performance: September 30, 2010 through September 29, 2011. 1 EA $________ 0003 Option Year Two: Maintenance services inclusive of all materials and supplies in accordance with the Statement of Work. Period of Performance: September 30, 2011 through September 29, 2012. 1 EA $________ CLIN Number Make / Model Serial Number Bldg. Number Floor Room Number 0001 Ricoh 2022 / 1027 0220701213 106 9th Alcove B 0001 Ricoh 2022 / 1027 J0957901387 106 7th Alcove D 0002 Minolta C350 65JE30635 106 6th Copy/Fax 0002 Minolta C350 31101908 106 5th Alcove D 0003 Konica - Minolta C500 65LJ0001 106 5th Copy/Fax 0004 Konica D15510 / 7165(2) 13QA06750 106 7th Copy/Fax 0004 Konica D15510 / 7165(2) 56AE02406 106 9th Copy/Fax 0004 Konica D15510 / 7165(2) 562RS148628 106 8th Copy/Fax 0005 Panasonic - Workio Color 106 8th 0006 Konica 7145 / 7060 4OLES01033 106 8th Copy/Fax 0006 Konica 7145 / 7060 12VS13757 106 2nd Copy/Fax 0007 Savin 9927DP H2500900645 106 2nd Alcove D 0008 Kyocera KM7530 A3002581 106 9th Copy/Fax 0009 Minolta D1620 CEH10119A 106 6th Copy/Fax 0010 Canon IR 5000 DA144121 106 3rd Alcove D 0011 Konica 7085 36GE10414 106 4th Copy/Fax 0012 Ricoh C3260 and MPC4500G L9070500036 106 4th Copy/Fax 0012 Ricoh C3260 and MPC4500G 60700163 106 4th Alcove B STATEMENT OF WORK Title of Project: Maintenance for Multiple NCEH/ATSDR Copiers in Bldg. 106 C.1 Background and Need: In consolidating the National Center for Environmental Health/Agency for Toxic Substances and Disease Registry, the National Center for Injury Prevention and Control and the Coordinating Center for Environmental Health and Injury Prevention (CCEHIP) into one location, Building 106, several different makes and models of copiers were identified for use in the new building. The Contractor must possesses the knowledge and experience necessary to service the variety of equipment that CDC have within the CCEHIP. C.2 Project Objective: The Contractor must provide continuous maintenance on all of the old copiers in Building 106 for the CCEHIP employees. C.3 Scope of Work: The Contractor shall perform all maintenance repairs, parts, labor and supplies for multiple name brand copiers within the Coordinating Center for Environmental Health and Injury Prevention. All services shall be provided as needed during the period of performance, with a 4 hour response from time of call. All services shall be performed in a workmanlike manner, using knowledge and recommendations for performing these services which meet generally acceptable standards and practices commonly used in the copier service providers. C.4 Technical Requirements: The Contractor shall perform all maintenance, repairs, parts, labor and supplies for multiple name brand copiers. C.5 Reporting Schedule: N/A C.6 Special Considerations: N/A C.7 Government Furnished Property: N/A C.8 References: N/A Deliverables: • Maintenance to include all repair parts, labor and supplies for the copiers set forth in Section B, Supplies Or Services And Prices/Costs. Period of Performance The period of service for the base year - Line Item 0001 of this contract shall be for a period of one (1) year from September 30, 2009 through Septermber 29, 2010, unless terminated earlier pursuant to the terms of this contract. This contract also includes two (2) additional twelve (12) month option periods to extend the contract if exercised by the Government. Payment Terms Payment will be made in accordance with the line items established herein and in accordance with FAR 52.232-25, Prompt Payment, which states that the due date for making invoice payments shall be the 30th day after the designated billing office (see block 21 of the order) has received a proper invoice from the vendor or the 30th day after Government acceptance of the services performed by the vendor, whichever is later.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/73635/listing.html)
 
Place of Performance
Address: ATSDR, Chamblee, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01898967-W 20090806/090805000619-003b56eb216beac63bb6a10ef5854865 (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.