Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

D -- Printer Management Support

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L-9173-0101
 
Response Due
9/3/2009
 
Archive Date
11/2/2009
 
Point of Contact
Sherri Shepherd, 801-432-4093
 
E-Mail Address
USPFO for Utah
(sherri.shepherd@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. This will be a 100% Small Business Set Aside acquisition under North American Industry Classification System Code 541519, with a small business size standard of $25.0M. SPECIFICATIONS: The Utah National Guard has a requirement for installation support for Multifunction Printing devices. Contract will be for installation support, project management and training resources for initial configuration of 50 MFP printers or 160 hours of labor whichever occurs first. Initial configuration of the printing devices to include configuration of a CAC enabled login and access control. Consultation services involving Web Jetadmin setup and functionality, active directory templates for managed printer administration, and overall deployment assistance. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6 Notice of Small Business Set-Aside; (b) FAR 52.219-28 Post-Award Small Business Program Representation; (c) FAR 52.222-3 Convict Labor; (d) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (h) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (i) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration or FAR 52.232-36 Payment By Third Party; FAR 52.223-5 Pollution Prevention and Right to Know Information; FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; DFARS 252.232-7010 Levies of Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors: Technical approach; experience, background and training of the key individuals; past performance and cost. Technical is equally as important as past performance and when combined are more important than cost. INSTRUCTIONS: Offers shall include (1) a technical proposal that shows how the vendor intends to meet the requirements of the project; (2) list of key individual(s) that will participate in this contract and describe his or her relevant qualifications and experience; (3) 2 or 3 completed attached past performance questionnaires; (4) cost proposal; (5) completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. Offers shall be received NLT 3 September 2009. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-9173-0101/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020-9286
 
Record
SN01924115-W 20090826/090825002336-399d9700b5d58b589fd4fbbcfeba0f13 (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.