Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
MODIFICATION

67 -- Preventive Maintenance for Office Equipment

Notice Date
7/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1073700
 
Archive Date
8/5/2010
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration intends to award a Purchase Order for a Preventive Maintenance Service Plan as listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.106. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1073700. This is a 100% Small Business set-aside. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, July 2, 2010. The applicable North American Industry Classification System (NAICS) code is 811212 Computer and Office Machine Repair and Maintenance and the size standard is $25 mil. The U.S. Food and Drug Administration (FDA) have a requirement for full maintenance service for 10 Copiers, 25 Printers and 4 Scanners. Copier usage is an estimate. Model and S/N of Copiers: (1) Xerox XD 125F – 017807 - 1,500 b/w copies per month (2) Sharp AL 1642CS – 75038262 - 1,600 b/w copeis per month (3) Xerox Work Centre XL 2130F – 016510 - 3,500 b/w copies per month (4) Xerox Work Centre XL 2130F – 016513 - 2,500 b/w copies per month (5) Xerox M15i PDE – 14435 - 1,500 b/w copies per month (6) Xerox M15i PDE – 160110 - 1,500 b/w copies per month (7) Xerox 4118 – DYHR701214 - 1,200 b/w copies per month (8) Canon Image Class D-480 – DTG15184 - 2,500 b/w copies per month (9) Canon Image Runner 5000 – DA103870 - 3,500 b/w copies per month (10) Ricoh Aficio MP5500 – L7775700459 - 5,000 b/w copies per month Service Agreement for the copier maintenance shall include the following during the covered service agreement period: • Labor and Unlimited Service Calls. • One (1) PM visit per month • Visual inspection both internal and external of all copiers. • Functional inspection to include cleaning and lubricating all moving parts Model and S/N of Printers: (1) HP LaserJet 1320 – CHHC59815G - 1,500 b/w copies per month (2) HP LaserJet 1320 – CFC56M1KS - 1,600 b/w copies per month (3) HP LaserJet 1300 – SG32A313CS - 1,500 b/w copies per month (4) HP LaserJet 1300 – CNBJJ05265 - 2,000 b/w copies per month (5) HP LaserJet 1300 – SG32A313BO - 1,500 b/w copies per month (6) HP LaserJet 1100 – USPG 005614 - 1,200 b/w copies per month (7) HP LaserJet 2015 – CNB1R59214 - 1,200 b/w copies per month (8) HP LaserJet 2015 – CNB1S59509 - 1,000 b/w copies per month (9) HP LaserJet 2015 – CNB1P94274 - 1,600 b/w copies per month (10) HP LaserJet 3005 – VNBC9901T -1,200 b/w copies per month (11) HP LaserJet 3005 – CNG1301196 - 1,250 b/w copies per month (12) HP LaserJet 8150n – JPBLL59002 - 1,200 b/w copies per month (13) HP LaserJet 8150n – JPBLL59384 - 1,000 b/w copies per month (14) HP LaserJet 5200 – CNBXC29955 - 1,500 b/w copies per month (15) HP LaserJet 5200 – CND104199 - 1,600 b/w copies per month (16) HP LaserJet 4000 – USMB123323 - 1,200 b/w copies per month (17) HP LaserJet 4000 – USMB161806 - 1,500 b/w copies per month (18) HP LaserJet P2055dn – CNBQL31538 - 1,600 b/w copies per month (19) HP LaserJet P2055dn – CNBQL31539 - 2,000 b/w copies per month (20) HP LaserJet P2055dn – CNBQL31541 - 1,800 b/w copies per month (21) HP Ink Jet 7410 – MY524J504H - 1,250 color copies per month (22) HP Desk Jet 842 – DCNBF1P291 - 1,100 b/w copies per month (23) HP Photo Smart D7460 – DMY85HKG034 - 2,000 b/w copies per month (24) Okidata Micro Line 184 Turbo – 69AY3296469L - 1,500 copies b/w per month (25) Samsung 2250 – BADY509241X - 1,600 b/w copies per month Service Agreement for the printer maintenance shall include the following during the covered service agreement period: • Labor and Unlimited Service Calls. • One (1) PM Service visit per month. • Visual inspection both internal and external of all equipment. • Functional inspection to include cleaning and lubricating all moving parts. Model and S/N of Scanners: (1) HP Scan Jet 8270 – CN68AA0054 (2) HP Scan Jet 8270 – CN758A1077 (3) Canon DR 3080C – DF322115 (4) Canon DR 3080C – DR318902 Service Agreement for the scanner maintenance shall include the following during the covered service agreement period: • Labor and Unlimited Service Calls. • One (1) PM Service visit per month. • Visual inspection both internal and external of all equipment. • Functional inspection to include cleaning and lubricating all moving parts. Period of Performance: One (1) base year and two (2) option years. Base Year: 08/01/2010 – 07/31/2011 Option Year 1: 08/01/2011 – 07/31/2012 Option Year 2: 08/01/2012 – 07/31/2013 Please provide a quote for the base year as well as each consecutive option year. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm Fixed Price. Simplified procurement procedures will be utilized. FOB Point Destination. The Food and Drug Administration, 466 Fernandez Juncos Ave, San Juan, PR 00901. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government’s requirement; (ii) Past Performance; (iii) Price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the offeror has the capability to perform the required services which demonstrates knowledge of the requirement to meet the Government's requirement. Provide experience within the last 3 years of providing this type of support plan for the same equipment. Past Performance (a) Identify federal, state, local government, or private contracts for which the offeror has performed work similar to the SOW in this solicitation (include contracts within the last three years, point of contact, and telephone numbers). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer or indicate certifications in ORCA at http://orca@bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:52.219-6;52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-3; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond July 31, 2011. The Government obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond July 31, 2011, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail or fax on or before July 21, 2010 by 3:00 p.m. (Eastern Standard Time - Local Prevailing Time in Atlanta, GA), at the Food and Drug Administration/OAGS, Attn: Thomas Dumas, 60 8th St NE., Atlanta, GA 30309. For information regarding this solicitation, please contact Thomas Dumas @ (404) 253-1253, FAX (404) 253-2256, email thomas.dumas@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1073700/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 466 Fernandez Juncos Ave, San Juan, Puerto Rico, 00901, United States
Zip Code: 00901
 
Record
SN02209157-W 20100718/100716235448-fe02b4e5cda5441236f7fbd613f2e0c0 (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.