Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
MODIFICATION

J -- Canon copier Maintenance Services - Questions and Answers dated 29 Nov 2010

Notice Date
11/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0005
 
Archive Date
1/3/2011
 
Point of Contact
Jan M Holbrook, Phone: 937- 522-4609, Madonna J. Hart, Phone: (937) 522-4601
 
E-Mail Address
jan.holbrook@wpafb.af.mil, madonna.hart@wpafb.af.mil
(jan.holbrook@wpafb.af.mil, madonna.hart@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers Dated 29 Nov 2010 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information requested in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-11-T-0005 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, 29 Oct 2010. This acquisition is going to be Full and Open Competition under North American Industry Classification System Code 811212. Size standard is $25,000,000.00. The RFQ has one Contract Line Item: CLIN 0001: Copier Maintenance IAW attached Performance Work Statement (PWS) dated 25 Oct 2010, Unit of Issue: 12 Months (Quote price per month and total for 12 months). Contractors shall provide quotes for the item in accordance with the requirements listed below. The copiers covered by the attached Performance Work Statement will be brought up to specification before the award resulting from this solicitation is issued. Requirements 1. Technical Capability: a. Proof company is an authorized Canon Dealer b. Past Performance Information (no more than 6 relevant contracts with service in the last 5 years) with Company/Division Name, Contract Number, Dates Performed, Point-of-Contact (Name, Address, Telephone Number, Email Address), Service Provided c. Describe the capability of your organization to perform the requirements as stated in the attached Performance Work Statement (PWS). It should be specific and complete in every detail. A positive statement to the fact that you will accomplish all requirements of the PWS is not acceptable. 2. Price: A Firm-Fixed Price Purchase Order is contemplated. The contractor should submit the price for the service described in the attached PWS in the following format and state the price is good for 60 days after date of quotation: Price Per Month for each of 12 months: $_______ Total Price for 12 months: $_______ Quotations need to adhere to FAR 52.212-1, Instructions to Offierors - Commerical; and include a completed FAR 212-3, Representations and Certifications. The Government's preferred method is On-line Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. If the exemption of FAR 52.222-51 applies, the contractor must state in its quote that all of the conditions in paragraphs a through c of FAR 52.222-51; Exemption from Application of the Service Contract Act to Contract for Maintenance, Calibration, or Repair of Certain Equipment Certification will be met. If the contractor determines the exemption doesn't apply, the contractor must state in its quote that FAR 52.222-51 doesn't apply. If the clause doesn't apply, FAR 52.222-41, Service Contract Act, will be incorporated into the resulting award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format, but MUST include: 1) Proposing company's name, address, CAGE Code and phone; 2) Point-of-contact's name, phone, and email address; 3) Quotation number & date; 4) Price Information in the format described above; 5) Total Price; 6) Applicable discounts; 7) Payment terms; 8)Time frame that the quote is valid (at least 60 days); 9) Technical Capability Information (See above); and 10) Warranty Information (if applicable). Quotations MUST also contain a complete description of the service offered that clearly shows an understanding of the requirement and that meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The award will go to the lowest priced, technically acceptable quote. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Contract Terms and Conditions - Commercial Items FAR 52.212-2, Evaluation Factors (the fill-in portion of this clause is: Technical Capability, Past Performance and Price. Technical Capability and Past Performance when combined are equal to price.) FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The clauses that are check marked as being applicable to this purchase are: -FAR 52.222-3, Convict Labor -FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies -FAR 52.222-21, Prohibition of Segregated Facilities -FAR 52.222-26, Equal Opportunity -FAR 52.222-36, Affirmative Action for Workers with Disabilities -FAR 52.222-50, Alternate 1 Combating Trafficking in Persons -FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification -FAR 52.225-13, Restrictions on Certain Foreign Purchases -FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration -FAR 52.233-3, Protest After Award -FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The clauses that are check marked as being applicable to this purchase are: -DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials -DFARS 252.232-7003, Electronic Submission of Payment Requests All Quotations and Responses must be received no later than 12:00 PM, Eastern Standard Time on 3 Dec 2010. Submittal of quotes in response to this RFP constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting Purchase Order. Please email to jan.holbrook@wpafb.af.mil or send requested information to: ASC/PKOAB Attn: Jan Holbrook 1940 Allbrook Dr., Ste. 3 Wright-Patterson AFB, OH 45433 Any questions should be directed to Jan Holbrook at (937) 522-4609 or jan.holbrook@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0005/listing.html)
 
Place of Performance
Address: AFRL/RX Complex BLDGS 651-655 and BLDG 1661, 2977 Hobson Way, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02334389-W 20101201/101129233814-09eacdbed1814dca225c4ed0504b0287 (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.