Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

70 -- Annual HP Maintenance requirement fot Fort Leonard Wood

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S711T0157
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Donald K. Ritzert, 573-596-6934
 
E-Mail Address
MICC - Fort Leonard Wood
(donald.k.ritzert@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial goods 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911S7-11-T-0157, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-51, Effective 1 April 2011. The North American Industrial Classification System (NAICS) number is 811212. This buy is Unrestricted. All responsible sources may submit a quote, which if received timely, will be considered by the ICO FLW, Fort Leonard Wood, MO. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The HP Maintenance Replacement Parts and Repair has a requirement of Annual Maintenance. The requirement includes the following: See Attached List of Items that is required to be included: Performance Date September 28, 2011 through September 27, 2012 REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed price to include shipping and handling charges based on F.O.B Destination. Buy American Act and certification of compliance is required and must be submitted with quote (see DFARS clause 252.225-7001). The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Quotes must be received no later than 4:00 pm Central Standard Time, 13 September 2011 at MICC/DOC, Attn: Donald Ritzert, 561 Iowa Ave, Fort Leonard Wood, MO 65473. Quotes may also be submitted by e-mail to the Primary POC at donald.k.ritzert@us.army.mil or by fax to 573-596-0267. Questions and responses should be addressed to the Primary POC Donald K. Ritzert, Contract Specialist, MICC/DOC (573) 596-6934, donald.k.ritzert@us.army.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. 52.203-& Anti-Kickback Procedures 52.209-5 Certification Regarding Responsibility Matters 52.211-17 Delivery of Excess Quantities 52.216-24 Limitations of Government Liability 52.227-2 Notice and Assistance Regarding Patent and Copyright Information 52-232-17 Interest 52.232-13 Bankruptcy 52.242-15 Stop Work Order 52.247-34 F.O.B. Destination 52.253-1 Computer Generated Forms 252.225-7002 Qualifying Country Sources as Subcontractors 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report Addenda to FAR 52.212-1, Proposal Preparation Instructions: a. The Offeror must submit data that adequately demonstrates that its product meets or exceeds the salient characteristics of the solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Offerors shall include in their quote descriptive literature such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement that offer will not be considered b. Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination will not be considered. Proposed delivery time frame is to be included in quote. SHIP TO ADDRESS: W5K9CU NEC 823E Colorado Ave. Fort Leonard Wood MO 65473-5000 573-593-3999 c. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and its Alternate I, must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 and its Alternate I shall be completed in hard copy and submitted with quote. d. DFARS 252.225-7000, Buy American Act and Balance of Payments Program Certificate (Jan 2009) must be completed and returned with quote. The certificate can be obtained at http://farsite.hill.af.mil/). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) The provision at FAR 52.212-2 (Jan 1999), Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive 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: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be ranked first in order from lowest to highest price. The lowest price offer will then be evaluated for technical acceptability. If the lowest price offer is not considered technically acceptable then the next lowest offer will be evaluated and so on. Once an offer has been considered technically acceptable then no further offers will be evaluated. The offeror with the lowest evaluated price, technically acceptable offer will be awarded the contract. A technically acceptable offer shall include FOB Destination, Buy American Act certificate and meet all salient characteristics. If an offer is not technically acceptable it may not be considered. The following clauses apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: Addendum to FAR 52.212-4(c) Changes Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)) (End of Addendum) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Aug 2007) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ applies to this acquisition. DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Deviation) (Dec 2010) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.203-700 Provisions of Information to Cooperative Agreement Holders 252.225.7001 Buy American Act and Balance of Payments Program (Jan 2009) 252.225-7002 Qualifying Country Sources of Subcontractors (Apr 2003) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7010 Levies on Contract Payments (Jul 2010) 252.243-7002 Request for Equitable Adjustment (End of clause) WIDE AREA WORKFLOW (WAWF) INFORMATION AND INSTRUCTION (MAY 2009) As prescribed in DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, contractors shall submit payment requests and receiving reports using WAWF. WAWF is a secure web-based system for electronic invoicing, receipt and acceptance located at https://wawf.eb.mil. Contractors can register to use WAWF on the Internet for no charge and ensure an electronic business point of contact (POC) is designated / in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award. WAWF training is provided at http://www.wawftraining.com/. This application allows contractor submittal and tracking of invoices and receipt/acceptance documents. Questions relating to system setup and training can be directed to the associated site help desks and the Army WAWF Help Desk which provides support for all users as follows. Questions can also be sent via email to: cco-ec-army-wawf-helpdesk@dfas.mil: Hours of Operation: Monday - Friday, 0630-1800 EDT Phone Numbers: Toll Free: 1-877-232-9293 / Comm: 1-317-510-0625 or DSN: 699-0625 Important Information: Please submit your invoice/receiving report in WAWF when you ship your items. Otherwise, when your delivery arrives, there is nothing to receive your shipment against if the information has not been entered in WAWF. Include the Purchase Request (PR) number in the Line Item Description. This is found under the Line Item Description on this contract/order. WAWF is the preferred method to electronically process vendor request for payment. It allows vendors to submit and track invoices and receipt/acceptance documents electronically. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS): 1-800-756-4571 The following Codes and information will be required to assure successful flow of WAWF comments: TYPE OF DOCUMENT (Check the appropriate block) [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ X ] Invoice and Receiving Report Combo (Supplies) - OR - Supplies and FFP Services (check one) [ ] Invoice as 2-in-1 (Services Only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (All Cost Reimbursable or T&M)(Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report With Unique Identification (UID) Data (Government Only) UID is a new globally unique "art identifier" containing data elements used to track DoD parts Through their life cycle. [ ] Summary Cost Voucher (Government Only) Issue by DoDAAC: W911S7 Admin by DoDAAC: W911S7 Inspect By DoDAAC: W5K9CU Accept by DoDAAC: W5K9CU OR Accept Reviewer/Approver DoDAAC: _______________ Ship to DoDAAC: _______________ Local Processing Office DoDAAC: _______________ Payment Office Fiscal Station Code: _______________ Email Addresses for Points of Contact: Inspector: _______________________________________________ Acceptor: _______________________________________________ Receiving Office: ___________________________________________ Contract Administrator: Donald K. Ritzert 573-596-6934 Contracting Officer: Gary W. Carr 573-596-0249 Addition POC: ___________________________________________ (END OF INSTRUCTIONS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a12bb261473e6cea8b65a0a7becb17a6)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02553975-W 20110831/110829235826-a12bb261473e6cea8b65a0a7becb17a6 (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.