Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

J -- COPIER MAINTENANCE FOR CANNON, LANIER AND BIZHUB COPIERS - Package #1

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W0WJ1019AG02CM
 
Archive Date
3/5/2011
 
Point of Contact
Shirley Rush, Phone: 907-552-2464, Justin M. Schuler, Phone: 907-552-2865
 
E-Mail Address
shirley.rush@elmendorf.af.mil, justin.schuler@elmendorf.af.mil
(shirley.rush@elmendorf.af.mil, justin.schuler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Price List Description of Agreement for Blanket Purchase Agreement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Sub-part 12.6 and 13.5 streamlined procedures for evaluation and solicitation of commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Quotations are being requested in accordance with this RFQ and its respective attachments. (ii) This solicitation is being issued as Request for Quote (RFQ) Number: F1WOWJ1019AG02 for Full Service Copier Maintenance and Supplies at JBER Elmendorf/Richardson, Alaska. (iii) The solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-49. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. (iv) The acquisition is 100% Set-Aside for Small Business. The associated NAICS Code for this requirement is 811212 and the size standard is $18.0 Million. (v) A Blanket Purchase Agreement (BPA) is required to provide tools, labor, equipment and materials to perform all task associated with full sevice maintenance in accordance with the attached Work (SOW) on copier equipment owned by 673RD ABW Chapel/HC. Offers/quotes from all responsible small businesses capable of fulfilling the requirement will be evaluated for award. All responsible Offerors shall provide a price list for monthly services in accordance to the specifications stated herein. All responsible Offerors must accept the Government Purchase Card as the method of payment. (vi) Description of requirements for the items to be acquired: See Attached Statement (SOW), BPA Copier Maintenance Agreement and Price List Template of equipment to be serviced. End of description vii) The tentative period and place of performance: The period of performance for the contract will be February 2011 through 30 September 2016. The list of copiers and their locations are outlined in the SOW. The contractor will provide service IAW with (SOW) at two locations- 673RD ABW Chapel/HC Elmendorf and Fort Richardson, Alaska 99506. Acceptance shall be accomplished by receipt and approval of the contractor's invoice by the Quality Assurance Personnel; 673RD ABW/HC, Joint Base Elmendorf Richardson, AK 99505-6500. (vii) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial: Submit resumes with your quote. Submit offers not later than 2:00 P.M. Alaska Standard Time (AKST) February 18, 2011. Offers may be submitted via hand delivery, faxed or emailed, but it is the responsibility of the offeror to ensure it is received prior to the date and time specified above. Submit to Shirley Rush, Contract Specialist; email: Shirley.Rush@elmendorf.af.mil ; Phone: 907 552-7750. (viii) FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a Blanket Purchase Agreement to the responsible offer whose quote/offer represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Experience, and Price (ix) Offers shall include a completed copy of FAR 52.212-3, The Offeror must completed the annual representations and certifications electronically at http://orca.bpn.gov. A copy of the Offerors Representations and Certifications may be obtained from http://farsite.hill.af.mil/ and submitted with the offer. (x) The following provision applies, FAR 52.212-4, Contract Terms and Conditions, Commercial Items. (xi) The following provision applies, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). The following additional FAR clauses/ provisions cited in the clause are applicable to the acquisition by reference to read them see http://www.acqnet.gov/far/ FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation wirh 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 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-18 Availability of Funds 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 (xii) The following DFARS clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments (xiii) The following Local Clauses apply: AF 5352.242-9001 Common Access Cards (CACs) G-201 Wide Area Work Flow Clause (xiv) The Government reserves the right to award to a single source offering best value to the Government (xv) Point of contact for questions and submission of offers regarding this requirement is Shirley Rush, Contract Specialist; email: Shirley.Rush@elmendorf.af.mil ; Phone: 907 552-7750 and/or Justin Schuler-Justin.schuler@elmendorf.af.mil ; Phone: 552-2865; Fax: 907 552-7496.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W0WJ1019AG02CM/listing.html)
 
Place of Performance
Address: 673 ABW/HC, 10427 Kuter Avenue, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02378050-W 20110213/110211233931-df9042b61350fa8a184292a05c9f6fb2 (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.