Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
SOLICITATION NOTICE

J -- Preventive Maintenance for Savin and Xerox Copiers at FASW Point Loma.

Notice Date
12/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0045
 
Response Due
12/15/2010
 
Archive Date
12/30/2010
 
Point of Contact
Leilani Mutu 6195324923 Nick Giacalone 619-532-2582
 
E-Mail Address
Contracting Officer
(leilani.mutu@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0045. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-44 and DFARS Change Notice 20101124. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811212 and the Small Business Standard is $25.0. This is a 100% Small Business competitive procurement The FISC SD requests responses from qualified sources capable of providing: CLIN 0001 Deluxe Copier maintenance services in accordance with the attached Statement of Work for THREE Quarters. Period of performance is January 1, 2011 to September 30, 2011; Location of services is to be provided at FASW Point Loma. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This solicitation incorporates the following FAR and DFARS Clauses Provisions: 52.204-7 Central Contractor Registration (JUL 2006). 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006); 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2004). 52.212-4, Contract Terms and Conditions - Commercial Items (SEP 2005). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEP 2005) with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C 3553.) (2) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.I. 108-77.108-78); (b) 52.222-3Convict Labor (JUNE 2003) (E.O. 11755). 52-222-19 Child Labor “ Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52-222-21 Prohibition of Segregated Facilities (FEB 1999). 52-222-26 Equal Opportunity (APR 2002) (E.O. 11246). 52.22-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era; And Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006) (38 U.S.C 4212). 52.225-13 Restrictions Certain Foreign Purchases (FEB 2006) (E.O.S. proclamations, and statues administered by the Office of Foreign Assets Control of the Department of proclamations, and statues administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.247-34 F.O.B Destination. 52.222-41 Service Contract Act of 1965 (NOV 2007) (41 U.S.C 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.222-44 Fair Labor Standards Act and Service Contract Act ”Price Adjustment. 252-204-7004 Alt A Required Central Registration Alternate A (NOV 2003). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated by reference (FEB 1998). 252-212-7001 Contract Terms and Conditions Required Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006) with DFARS Clauses incorporated in reference (b) (4); 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984). Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; This announcement will close at 3 PM PST on Wednesday December 15, 2010. Contact Leilani Mutu who can be reached at leilani.mutu@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. At this time no on-site visit will be conducted. N00244M313 EVALUATION OF OFFERS “USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO) (a) The Government plans to 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. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (iii) PRICE (b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is equally as important as Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (c) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (d) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (e) 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). (f) 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. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0045/listing.html)
 
Place of Performance
Address: FASW Point Loma
Zip Code: 33150 Destroyer Lane, BLDG 11, Rm 401, San Diego, CA
 
Record
SN02340271-W 20101210/101208233844-b0e8c7604d329e6fe3e0100f3040f8e0 (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.