Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2011 FBO #3380
SOLICITATION NOTICE

36 -- Office, Imaging and Document

Notice Date
2/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333293 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Federal Acquisition Service (FAS) - Integrated Workplace Acquisition Center (3QSA)
 
ZIP Code
00000
 
Solicitation Number
3FNJ-C1-000001-B
 
Point of Contact
Shannon Stanford
 
E-Mail Address
GSA FAS 3QSAC, 20 N 8TH ST., ROOM 1029, PHILADELPHIA, PA 19107
(shannon.stanford@gsa.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
NOTE: Please note that there is a new Special Item Number (SIN) under Schedule 36. If your company offers these services, we encourage the addition of this SIN to your contract. The description for SIN 51-500 - Managed Print Services is as follows: SIN 51-500 Managed Print Services Managed Print Services (MPS) includes equipment and services required to manage imaging output that may include printing, scanning, copying, and fax devices in a system that monitors and reports status, needs and usage trends on regular basis. The MPS plan may be based on a needs analysis completed under SIN 51-501. Services may include but are not limited to creating a business plan solution that incorporates recommendations for each existing piece of equipment (including removing/retirement/recycling/disposal). The plan may be phased to allow for an orderly progression to the new output environment. The plan should take into account the usage and floor plan of the equipment. Maximum Order $1,000,000, Estimated Sales $3,500,000, Not Set Aside Additionally, the SIN description for SIN 51-501 - Needs Assessment and Analysis Services has been updated. The SIN descriptions for SINs 51-55 - Rental Plan for Copiers, 51-58 - Lease to Ownership Plans (LTOP) Copiers, 51-58A - Operating Lease Plan for Copiers, 51-100 - Copiers, 51-100C - Cost-per-Copy Plan for Copiers, and 51-100F - Flat Rate Monthly Fee Copying Plan for Copiers have been updated to include Energy Star requirements. NOTE: Effective April 1, 2010, the Integrated Workplace Acquisition Center (IWACenter), Schedule 36 will only accept proposals submitted electronically through the eOffer/eMod system. The eOffer/eMod system is a web based application that allows contractors to electronically prepare and submit proposals. Offerors must obtain a valid digital certificate in order to use the eOffer/eMod system. For information on how to obtain two (2) free digital certificates per DUNs number, please see the following link: http://eoffer.gsa.gov/eoffer_docs/compliCert.html Effective January 11, 2010, IWACenter Schedule 36 will only accept contract modification requests submitted electronically through the eOffer/eMod system. Description: This is a standing solicitation for Multiple Award Schedule (MAS) 36 - Office, Imaging, and Document Solutions. The following Special Item Numbers (SINs) are covered under this Schedule: 51-500, 51-501, 51-503, 51-504, 51-505, 51-506, 51-507, 51-508, 51-509, 51-409, 51-100, 51-101-2, 51-101-7, 51-55, 51-58, 51-58a, 51-58b, 51-100c, 51-100f, 51-57, 51-208, 51-56, 51-229, 20-300, 20-220, 51-212, 733-1, 733-2, 733-3, 733-4, 733-5, 733-6, 51-1000, 50-163, 50-287, 51-001, 51-002, 50-180, 50-177, 50-281, 47-355, 47-147, 165-205, 47-145, 50-156, 51-417, 51-402, 51-1001, 51 B36 2a. This solicitation will be available electronically-only and includes all current applicable clauses. Interested parties may access the solicitation at: http://www.fedbizopps.gov. Prospective contractors are required to complete and maintain electronic annual representations and certifications in the Online Representations and Certifications Application (ORCA) database (http://orca.bpn.gov), in conjunction with registration in the Central Contractor Registration (CCR) database (http://www.ccr.gov). Contractors are not eligible for an award, if such information is not current. Resulting Contracts will be effective for a 5-year period beginning Date of Award and include an option to extend for three additional 5-year periods. Certified 8(a) firms can participate in the MAS Program. Submission of products with environmental attributes is encouraged. You may find more information about this program at various online sites, including GSA Advantage!Ã ‚Â ® (www.gsaadvantage.gov), Schedules e-Library (www.gsaelibrary.gsa.gov), and the Vendor Support Center (VSC) (http://vsc.gsa.gov). While these are sources for answers to many questions, please feel free to contact us as noted below. Primary Points of Contact: Shannon Stanford, Contracting Officer, Phone (215) 446-5058, Fax (215) 829-2758, Email shannon.stanford@gsa.gov; Steven Lozada, Contract Specialist, Phone (215) 446-5040, Fax (215) 829-2897, Email steven.lozada@gsa.gov General Services Administration (GSA), Federal Acquisition Service (FAS), MAS Branch 2 (3QSAD), 20 N. Eighth Street, 10th floor, Philadelphia, PA 19107-3191
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/89ff3dad0ad2c8019377ffb5c6c2a30e)
 
Record
SN02385563-W 20110225/110223234256-89ff3dad0ad2c8019377ffb5c6c2a30e (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.