Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

D -- The Georgia Army National Guard (GAARNG) has a requirement to provide a fleet of Multifunction Printers (MFP) and support services related to the MFPs throughout the state of Georgia.

Notice Date
2/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-10-R-0008
 
Response Due
5/10/2010
 
Archive Date
7/9/2010
 
Point of Contact
Karina Espinosa, 678-569-6216
 
E-Mail Address
USPFO for Georgia
(karina.espinosa@us.army.mil)
 
Small Business Set-Aside
Competitive 8(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. The USPFO for GEORGIA intends to establish a BLANKET PURCHASE AGREEMENT (BPA) to fulfill its requirement for Multi-function Printers and Support Services. This Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested and this solicitation, W912JM-10-R-0008 is being issued as a Request for Proposal (RFP). This procurement is an 8(a) set aside. The NAICS code is 811310 with a size standard of $7.0 Million. The following commercial services are being requested in this solicitation; Multifunction Printers and Support Services as detailed in the attached Performance Work Statement (PWS). Offerors shall submit a pricing schedule for the requested support services detailed in Section 5 of the Performance Work Statement that will be incorporated into the awarded Blanket Purchase Agreement. The Governments intent is to establish the awarded BPA for a period of five years; however the agreement shall be reviewed annually to determine its ongoing need. The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be $500,000 annually. The Government is obligated only to the extent of authorized purchases actually made under this BPA. The BPA will not obligate any funds. Funds will be obligated by the individual CALLS made against the BPA. There will be no minimum purchase required under this BPA. It is the responsibility of the interested parties to review this site and the National Guard Contracting website (www.nationalguardcontracting.org) frequently for any updates / amendments to any and all documents. No individual notification of any amendments will be provided. This solicitation will close on 10 May 2010, 0900 EST. The following provisions and clauses apply to this acquisition: Clause 52.212-1, Instructions to OfferorsCommercial Items Clause 52.212-2, Evaluation Factors SUBMISSION REQUIREMENTS: The offerors proposal must be submitted in three separate volumes: 1. Past Performance 2. Technical proposal 3. Price proposal Each of the parts shall be separate and complete so that evaluation of each may be accomplished independently. To ensure unbiased source selection, please do not make reference or indicate company identification in the Technical and Past Performance submission. Company information may be submitted as an additional fourth volume if desired. 1. Past Performance The offeror must demonstrate, through past performance, ability to perform the work described in this RFP for Multi-function Printers and Support Services. This is done by showing that they have met customer service expectations, successfully executed project management, possess installation skills and capabilities, and have been on time and on budget with past projects. Submit at least three (3) and not more than six (6) project samples of similar scope and magnitude described as follows: a) A brief narrative about the project, no more than three (3) pages, containing but not limited to the following: project title, purpose, client name and phone number, completion date, staff involved, budget and any additional relevant information 2. Technical a. Project Plan (5.1.1 in PWS) c. Plan of Action/Memorandum of Understanding-The offeror must submit a plan of action and statement of understanding in two (2) parts: 1) Plan of Action--The offeror shall present a plan of action that describes the performance of the project. This should demonstrate the ability to perform the tasks that are required in the PWS. 2.) Statement of Understanding--The offeror shall submit a brief statement that demonstrates that he understands the mission statement and objectives the Government has established for Multifunction Printers and Support Services. This cannot be a repeat or mere summary of the materials provided in this RFP, but rather the offerors statement of his understanding of that work. Part 2 is expected to be no more than two (2) pages in length. 3. Price Proposals shall contain all the cost information and will be used to evaluate the completeness, realism, and reasonableness of the cost numbers. The cost proposal must include all costs required to perform the work under this contract to include overage charges. A contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement; Past Performance, Technical, and Price. Technical combined with Past Performance is significantly more important that price however due to funding constraints price is still an important factor. Past Performance will carry a weight of 40% Technical will carry a weight of 35% Price will carry a weight of 25%. The Government intends to evaluate proposals and make award(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesnt constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. The Government will award a BPA resulting from this solicitation to the responsible offeror or offerors whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award multiple BPAs or on an all or none basis. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, and the offeror must include a completed copy of this provision with their proposal. The clauses at FAR 52.212-4, Contract Terms and ConditionsCommercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes of Executive OrdersCommercial Items. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.204-7004, required Central Contractor Registration; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contract Registration database at www.ccr.gov and all responsible proposals shall be considered for award All proposals must be submitted in writing to: Karina Espinosa, Contract Officer 935 East Confederate Ave SE Bldg 3, Room 141 Atlanta, GA 30316 Or by email to: karina.espinosa@ga.ngb.army.mil All proposals must be submitted no later than 10 May 2010, 0900 EST. All questions/inquiries must be addressed to the Contracting Officer in WRITING. Telephone inquiries will NOT be accepted nor will responses be received after 10 May 2010, 0900 EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-10-R-0008/listing.html)
 
Place of Performance
Address: GA-ARNG Various Locations Various GA
Zip Code: 30294
 
Record
SN02074321-W 20100226/100224235650-1027defe85c3758a4273a369ea98b1e1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.