Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

W -- Statewide Copier for Indiana

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L913T0005
 
Response Due
7/10/2013
 
Archive Date
8/4/2013
 
Point of Contact
Eric Sweatt, 317-247-3310
 
E-Mail Address
USPFO for Indiana
(eric.j.sweatt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation notice for services prepared in accordance with the format in Federal Acquisition Regular (FAR) Subpart 12.603 and FAR 5.203 as supplemented with additional information included in this notice. Solicitation number W912L9-13-T-0005 is being issued as a Request for Proposals (RFP). Indiana National Guard intends to award an IDIQ firm fixed price contract and will utilize procedures under FAR parts 13 and 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005 -66, dated 1 April 2013. The clauses and provisions referenced in this solicitation can be found in full text format at http://farsite.hill.af.mil/ The North American Industry Classification System (NAICS) Code is 532420. The small business size standard is $25 million. B&W VOLUME BAND I (BLACK /WHITE OPTION): MIN 33 PPM (pages per minute) B&W VOLUME BAND II (BLACK /WHITE OPTION): MIN 60 PPM Color VOLUME BAND I (COLOR OPTION): MIN 35 PPM The Indiana National Guard requires a Document Management Solution. The contractor will provide an operational lease and flat rate maintenance including all supplies, except paper and transparencies, of new Multifunctional Office Automation Machines (MOAMs). The Indiana National Guard requires a Document Management Solution. The contractor will provide an operational lease and flat rate maintenance including all supplies, except paper, of new Multifunctional Office Automation Machines (MOAMs) This plan will be quote mark close ended quote mark with the contractor retaining ownership of the MOAMs at the end of the contract. Indiana National Guard estimates approximately 147 MOAMs will be placed in the initial phase of this program. MOAMs must be configured with copying, network printing, and scanning capabilities. Dates & places of delivery and acceptance: Dates are TBA. See Appendix A for locations CLIN ITEM NOSUPPLIES/SERVICESMAX QUANTITYUNIT 0001B&W VOLUME BAND I: 30PPM--BASE PERIOD200Each 0002B&W VOLUME BAND II: 60PPM--BASE PERIOD100Each 0003COLOR VOLUME BAND I: 35PPM--BASE PERIOD 100Each 0004SHORT TERM LEASE--BASE PERIOD 30Days 000533-35 PPM RELOCATION FEE--BASE PERIOD 6Each 000660 PPM RELOCATION FEE--BASE PERIOD 6Each 1001B&W VOLUME BAND I: 33PPM--OP 1200Each 1002B&W VOLUME BAND II: 60PPM--OP 1 100Each 1003COLOR VOLUME BAND I: 35PPM--OP 1100Each 1004SHORT TERM LEASE--OP 1 30DAYS 100533-35 PPM RELOCATION FEE--OP 1 6Each 100660 PPM RELOCATION FEE--OP 1 6Each 2001B&W VOLUME BAND I: 33PPM--OP 2 200Each 2002B&W VOLUME BAND II: 60PPM--OP 2 100Each 2003COLOR VOLUME BAND I: 35PPM--OP 2 100Each 2004SHORT TERM LEASE--OP 2 30DAYS 200533-35 PPM RELOCATION FEE--OP 2 6Each 200660 PPM RELOCATION FEE--OP 2 6Each 3001B&W VOLUME BAND I: 33PPM--OP 3 200Each 3002B&W VOLUME BAND II: 60PPM--OP 3 100Each 3003COLOR VOLUME BAND I: 35PPM--OP 3 100Each 3004SHORT TERM LEASE--OP 3 30Days 300533-35 PPM RELOCATION FEE--OP 3 6Each 300660 PPM RELOCATION FEE--OP 3 6Each CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUMQUANTITY MAXIMUM AMOUNT 1.00 $200.00 5,000.00 $2,000,000.00 (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) quote mark Remit to quote mark address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. All offers are to be submitted by 4:00 pm EDT 10 July 2013. Please view that attached documents for further guidance AND clarification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L913T0005/listing.html)
 
Place of Performance
Address: USPFO for Indiana 2002 South Holt Road, Indianapolis IN
Zip Code: 46241-4839
 
Record
SN03080043-W 20130607/130606000330-ce4c0d0701aa3de01345c52a3cd552af (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.