Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOURCES SOUGHT

75 -- Copier and Network Printers Maintenance and Repair

Notice Date
2/27/2012
 
Notice Type
Sources Sought
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91WAW-12-R-00047
 
Response Due
3/8/2012
 
Archive Date
5/7/2012
 
Point of Contact
Yahtzee Moody, 703-325-4374
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(yahtzee.moody@conus.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Date: 22 February 2012 Subject: Sources Sought Market Research, THIS IS NOT A REQUEST FOR PROPOSAL. Title of Requirement: DoD OIG Copiers and Network Printers Maintenance and Copier Replacements Requiring Activity: Department of Defense Office of Inspector General (DoD OIG) Contracting Office: Army Contracting Command-National Capital Region (ACC-NCR) Background: This sources sought announcement is to gain information of interest, capabilities, and qualifications, and to conduct market research from an 8(a) Small Business. The source sought shall not to be construed as a commitment by the Government. This announcement is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. This sources sought does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this sources sought. Any responses to this sources sought received by the Government will not be accepted to form a binding contract. The Government is not obligated to consider any contractors input as a result of this notice. If a solicitation is issued, the Government does not guarantee that it will be issued to sources sought respondents. The US Army Contracting Command-National Capital Region (ACC-NCR), intends to procure contractor services described in the attached Draft Performance Work Statement and Department of Defense form 254 (DD 254). A SECRET Clearance is required for performance of the work. The contemplated work to be performed is follow-on to contract/task order W74V8H-06-D-0001-0079. Target Audience: The applicable North American Industry Classification System (NACIS) Code is 811212. This requirement is not expected to exceed $2,213,898.00 for one (1) year and two (2) option years. Small Businesses are requested to respond to this sources sought to assist ACC-NCR in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition. 811212 Computer & Office Machine Repair & Maintenance$2,213,898 Sources Sought: This Sources Sought announcement is requesting responses to the following criteria ONLY from an 8(a) Small Business that can provide the required services under the North American Industry Classification System (NAICS) 811212. This Synopsis is encouraging responses from qualified and capable 8a Small Business. This Sources for Sought is issued to assist the agency in performing market research to determine whether or not there are qualified and capable 8(a) Small Businesses to provide the aforementioned service. Two or more qualified and capable 8(a) small businesses must submit responses that demonstrate their qualifications to make a determination for an 8(a) small business set-aside. Late responses will not be considered. Responses should provide the business's Data Universal Numbering System (DUNS) number and the Commercial and Government Entity (CAGE) code per the Central Contractor Registration (CCR). Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Scope: The customer base for Army Contracting Command National Capital Region (ACC-NCR) consists primarily of Department of Defense (DoD) services and agencies inside of the National Capital Region (NCR). The scope of this contract effort is to provide preventative maintenance services and full service maintenance support for all copiers and network printers for all Department of Defense Office of Inspector General (DoD OIG) CONUS locations. This effort is to facilitate the continuous operation of all copiers, network printers, and purchase of new devices as required. This is a monthly service for twelve (12) month period and two (2) twelve (12) month option periods for all copiers and network printers. The Government requires the contractor to provide the following for the copier and network maintenance service: Copier and Network Printers Maintenance and Repair - oMaintain the devices in good working conditions at a 100% effectiveness level. oProvide preventative maintenance and repair services Monday through Friday during regular business hours (8:00am - 3:00pm according to the time zone of the service call) for Government owned copiers and network printers. Service may include replacing unserviceable devices. oUtilize factory produced parts and supplies that are ISO9001certified compatible. oDoD-OIG Copier Fleet. Electronic Data Management and Monitoring - oProviding Data Collection Device (DCD), which had the capability to mask the IP addresses of all devices on the network. oProviding services, parts, supplies (excluding paper), and toner as recommended by the DCD. oService calls shall be responded to in four (4) hours from notification by the DCD or IT Help Desk. Devices located at DoD OIG Headquarters require the use of an installed Data Collection Device (DCD). The DCD facilitates continuous monitoring for maintenance reporting, troubleshooting, and monthly toner usages. Copier replacement - oContract modification shall be issued to replace unserviceable copiers and printers. oThe replacements shall meet the specifications (Category 1 and 2) Set-Up/Installation/Removal - oReplacement copiers shall be delivered 30 days after date of contract award. oContractor is responsible for removing the obsolete device and packaging material for the replacement device. oContractor is responsible for disassembling the obsolete device, installing, reconfiguring, and testing the replacement device. Provide up to three (3) past performance references to show that your company has relevant and current past performance. Include contract numbers, the title of the contract and the Agency the contract is administered by, contract type, dollar value, points of contacts, and brief description of work performed. Relevancy is based on having performed similar or same types of services (nature of work, scope, complexity and difficulty) as described in the Draft PWS. Currency is defined as having relevant past performance within the last three years (as of 21 April 2009). Please provide your company's name, point of contact (POC), address, and phone number to Ms. Yahtzee Moody (Contract Specialist) and Mrs. Rachel Moye (Contracting Officer) for this procurement. A Firm - Fixed Price type contract is anticipated. The anticipated period of performance is 3 years, including a twelve (12) month base period and two (2) 12 month option periods. Please provide IDIQ contract number(s) in which your 8 (a) small business is the prime contractor holder, in particular, contracts that are set-aside for small business. Contractors are responsible for all costs for submitting their capability packages. The Government is also requesting that restrictive or proprietary markings not be used in response to this sources sought synopsis. Packages must not exceed 15 pages and must be submitted electronically, in MS Word or PDF formats only. Capability packages with more than 15 pages will not be considered. All contractor questions concerning this Sources Sought announcement must be submitted, in writing via email, no later than 12:00 p.m. on Friday, 3 March 2012 to email: yahtzee.c.moody.civ@mail.mil AND rachel.j.moye.civ@mail.mil. Only questions submitted by email will be addressed. Answers to questions will be posted no later than Tuesday, 6 March 2012. Packages must be submitted no later than 12:00 p.m. on Thursday, 8 March 2012 to email: yahtzee.c.moody.civ@mail.mil AND rachel.j.moye.civ@mail.mil. Yahtzee Moody Contract Specialist ACC-NCR Attachments: 1- PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05959db0f63b3283d9c5427e21c6c1dc)
 
Place of Performance
Address: ACC-NCR 200 Stovell Road Alexandria VA
Zip Code: 22331-0700
 
Record
SN02683638-W 20120229/120227234641-05959db0f63b3283d9c5427e21c6c1dc (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.