Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
MODIFICATION

J -- XEROX MAINTENANCE

Notice Date
9/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-12-400018
 
Archive Date
10/5/2011
 
Point of Contact
MANDI L. MCKINSEY, Phone: 2523356135, Garth Gobbell, Phone: (252) 335-6607
 
E-Mail Address
mandi.l.mckinsey@uscg.mil, Garth.C.Gobbell@uscg.mil
(mandi.l.mckinsey@uscg.mil, Garth.C.Gobbell@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The U.S. Coast Guard (USCG), Aviation Logistics Center (ALC), intends to issue a Firm Fixed Price award using the procedures of FAR Part 12 and Part 13. This Request for Quote HSCG38-12-400018 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-44. The U.S. Coast Guard Aviation Logistics Center (ALC) anticipates awarding a single firm-fixed price contract for one year to the offeror whose offer conforming to the solicitation is most advantageous to the Government when considering price and other factors. This requirement is to furnish copier maintenance and repair for Xerox machines to include parts and labor for each machine type. Offeror will supply preventive maintenance to the Aviation Logistics Elizabeth City from 10/01/2011 through 09/30/2012. (See attachment for complete machine listing) Service shall be performed at Commanding Officer, Aviation Logistics Center, Elizabeth City, NC 27909 as needed. Vendor will provide all tools, equipment and personnel to perform all necessary deliveries. FAR 52-212-1 Instructions to offerors - Commercial Items (June 2008) is tailored as follows: The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52-212-2 Evaluation - Commercial Items. (Jan 1999) 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. The following factors will be used to evaluate offers: Technical Conformance Price It is also required any contractor doing business with the government under contract be registered in ORCA, website url below: https://orca.bpn.gov/ CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Award decision will be made according to lowest price technically acceptable. Evaluation factors include [a] price; [b] past performance supported by documentation and references [c] Service Facility [d] Delivery Date. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The U.S. Coast Guard Aviation Logistics Center (ALC) will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration52.223-18 Contractor Policy Ban Text Messaging while Driving52.246-17 Responsibilities of Supplies52.252-2 Clauses Incorporated by Reference52.211-6 Brand Name or Equal 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). PROPOSAL INFORMATION AND RELATED EVALUATION FACTORS:Proposals will be evaluated in accordance with the factors below, listed in descending order of importance. All evaluation factors, other than cost or price, when combined are significantly more important than price. Offerors are reminded to include their best technical and price terms in their initial offer and not to automatically assume that they will have an opportunity to participate in discussion or be asked to submit a revised offer. The Government may make award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. Past Performance Service Facility Delivery Date Price Details of the evaluation factors are listed under the clauses and provisions section of this requirement. PROPOSAL SUBMISSION QUOTES ARE DUE for this combined synopsis/solicitation on September 19, 2011 at 1:30 PM Eastern. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. END OF COMBINED SYNOPSIS/SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-400018/listing.html)
 
Place of Performance
Address: USCG AVIATION LOGISTICS CENTER, 1664 WEEKSVILLE RD, ELIZABETH CITY, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02579044-W 20110917/110916000801-617a0a3fdf81f806146186357de8bb9b (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.