Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOURCES SOUGHT

75 -- Copier Maintenance for Ricoh Brand Unit

Notice Date
4/11/2012
 
Notice Type
Sources Sought
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-12-Q-00067
 
Archive Date
5/5/2012
 
Point of Contact
Michele A Reeves, Phone: 609-813-3371
 
E-Mail Address
Michele.Reeves@dhs.gov
(Michele.Reeves@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Reference HSTS07-12-Q-00067 - THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a Request for Proposal. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information present or the use of any such information. All proprietary information shall be marked as such. The Department of Homeland Security is conducting market research to indentify Small Business Firms capable of providing the following services to meet all of the following requirements listed below: The Government seeks small business firms capable of providing maintenance services and supplies for a Ricoh brand color copier, model name/number Ricoh Aficio MPC5000, Color Digital Imaging System. The potential vendor must currently hold a credential of being an authorized dealer to Ricoh manufacturer to perform maintenance on Ricoh copier brands. The copier location is New Jersey, Zip Code 08405. The North American Industry Classification Code (NAICS) is 811212, office machine / photocopying machine repair/maintenance services. Potential vendors must be able to provide maintenance and all supplies (expect for paper) for the unit and adhere to the General Service Administration (GSA), Schedule 36, Office, Imaging and Document Solution, Category 51 & 57 Maintenance Agreement for copiers which includes the following requirements: This includes a maintenance service agreement consists of preventative repair (remedial) services. Preventative consists of those schedules service calls necessary to maintain the equipment in first-class operating condition (e.g. cleaning, lubricating, adjusting, and replacing parts when needed). Repair (remedial) services consist of those unscheduled services calls necessary for repairs not caused by fire, water, accident and fluctuations in electrical power or customer abuse. The Maintenance Service Agreement and Repair Service include the cost of labor, transportation, replacement/spare parts, (excluding consumable operating supplies). The greater the distance from the maintenance facility to the user the higher the monthly fees. In the event the Government's equipment requires initial repair or overhaul prior to acceptance by the contractor for coverage under a maintenance service agreement, the charges for such repairs, including replacement parts and labor, and for a complete rebuilding or overhauling of Government's equipment are usually not included in the preventative service agreement. Under this maintenance plan will include all supplies (except for paper) for the unit. Supplies can be deliverables as needed, which include staples and toners. THIS IS A REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT ONLY. Interested businesses are required to submit their statement of interest, capabilities/product information, and business size. All respondents shall provide sufficient supporting documentation to the Government to determine if a competitive, small business solicitation can be established. Responses should be sent to the Contracting Officer, Michele Reeves, by email at Michele.Reeves@dhs.gov on or before Friday, April 20, 2012 - 1:00pm Eastern Standard Time. Again, any respondent shall not submit pricing at this time. Questions concerning this synopsis must be furnished via email to the Contracting Officer on or before Monday, April 16, 2012 4pm EST. The Government will NOT be responsible for any costs incurred by interested parties in responding to this request for information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-12-Q-00067/listing.html)
 
Place of Performance
Address: New Jersey 08405, United States
Zip Code: 08405
 
Record
SN02719362-W 20120413/120411235056-b1d05bd52e70f4def00c5e4c2887ae2c (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.