Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
MODIFICATION

74 -- Multifunction Device, Maintenance, Repairs, and Consumables

Notice Date
1/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
Sb1341-15-RQ-0085
 
Archive Date
2/10/2015
 
Point of Contact
Susan Ruzicka, Phone: 3019756321
 
E-Mail Address
susan.ruzicka@nist.gov
(susan.ruzicka@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
**Amendment 0001, Response to Questions** The solicitation is hereby amended to post responses to contractor submitted questions. Question 1: Is the Government seeking a lease of the equipment, or a direct purchase of the equipment? Response to Question 1: The Government is seeking direct purchase of the equipment. Question 2 : If a contractor does not charge overage fees for copies, can those line items be eliminated from quotes and the reason for eliminating the line items be placed in a remarks section? Response to Question 2: No. If a contractor does not charge overage fees, the contractor is to show a tiny_mce_marker.00 price per overage copy for color and black and white. The contractor shall keep all line items specified in the solicitation in their response. The response date for the solicitation and all other terms and conditions of this solicitation remain the same. **End of Amendment** THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79 effective 15 December 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 333316 with a small business size standard of 1,000 employees. This acquisition is a 100% set aside for qualified small businesses. Offerors must be qualified as a small business per the NAICs code size standard. Simplified acquisition procedures will be utilized. The Small Business Administration has issued a class waiver of the non-manufacturer rule for this NAICS code. The requirements of the non-manufacturer rule are waived for this requirement. The Program Coordination Office (PCO) provides staff support to the National Institute of Standards and Technology (NIST) Director and Associate Directors, working closely with all NIST organizations across Laboratory Programs, Innovation and Industry Services, and Management Resources. The PCO focuses on three areas: planning, evaluation, and policy coordination. The PCO requires a fully functional copier, scanner, and color printer to fulfill its many duties staffing the NIST Director and Associate Directors. The purpose of this procurement is to purchase a Multifunction Device meeting or exceeding the minimum specifications stated in the Statement of Work including installation, training and warranty as well as a maintenance service agreement to include maintenance, repairs and consumables (excluding paper) for one base year and four option years. OPTION LINE ITEM Line items 0007, 0009, 0011, and 0013 are option line items for maintenance, repair and consumables. Quoters must provide a firm-fixed price for all option line items. The price for the option line item shall remain valid in accordance with the following: Line Item 0007 - One year from the expiration date of the warranty; Line Item 0009 - Two years from the expiration date of the warranty; Line Item 00011 - Three years from the expiration date of the warranty; Line Item 00013 - Four years from the expiration date of the warranty. Line items 0008, 0010, 0012, and 0014 are option line items for overage charges on pages. Quoters must provide a per page fixed price for color and black and white copies separately. Though quoters are required to provide a per page price, the total line item shall remain Not to Exceed $300.00 for each option year. The price for the option line items shall remain valid in accordance with the following: Line Item 0008 - One year from the date of acceptance of the multifunction device; Line Item 0010 - Two years from the date of acceptance of the multifunction device; Line Item 0012 - Three years from the date of acceptance of the multifunction device; Line Item 0014 - Four years from the date of acceptance of the multifunction device. The period of performance for each option line item shall be one year from the date of exercise of option. The Government may exercise the option line item, at its discretion, any time in accordance with the timelines above. Options will be exercised by the issuance of a purchase order modification (Standard Form 30). Responsible quoters shall provide pricing for all of the following line items. LINE ITEM 0001 -BASE ITEM Quantity one (1) each Multifunction Device. Contractor shall supply one Multifunction Device that meets or exceeds the minimum specifications as described in the Statement of Work. The device shall be delivered FOB Destination. The contractor shall supply a quantity of consumables with the device to cover the device's operation through the warranty period. LINE ITEM 0002 -BASE ITEM Quantity one (1) Job, Installation. The Contractor shall provide installation of the device in accordance with all of the requirements identified in the statement of work. LINE ITEM 0003 -BASE ITEM Quantity one (1) Job, Training. The Contractor shall provide training for the device in accordance with all of the requirements identified in the statement of work. LINE ITEM 0004 -BASE ITEM Quantity one (1) 90-Day, Warranty. The Contractor shall provide a warranty for the device in accordance with all of the requirements identified in the statement of work. LINE ITEM 0005 - BASE ITEM : Quantity 12 Months, Repair Maintenance and Consumables. The contractor shall provide on-site repair and preventive maintenance, parts, and consumables (toner, parts and consumables except for paper) as specified in the Statement of Work. This line item will commence after the warranty period expires. LINE ITEM 0006 - BASE ITEM : Quantity One (1) Year, Overage Charges for Black and White and Color pages. Contractor shall quote per page overage charges for Color and Black and White pages. Total price of CLIN shall not exceed $300.00 for the year. LINE ITEM 0007 - OPTION YEAR 1: Quantity 12 Months, Repair Maintenance and Consumables. The contractor shall provide on-site repair and preventive maintenance, parts, and consumables (toner, parts and consumables except for paper) as specified in the Statement of Work. LINE ITEM 0008 - OPTION YEAR 1 : Quantity One (1) Year, Overage Charges for Black and White and Color pages. Contractor shall quote per page overage charges for Color and Black and White pages. Total price of CLIN shall not exceed $300.00 for the year. LINE ITEM 0009 - OPTION YEAR 2: Quantity 12 Months, Repair Maintenance and Consumables. The contractor shall provide on-site repair and preventive maintenance, parts, and consumables (toner, parts and consumables except for paper) as specified in the Statement of Work. LINE ITEM 0010 - OPTION YEAR 2 : Quantity One (1) Year, Overage Charges for Black and White and Color pages. Contractor shall quote per page overage charges for Color and Black and White pages. Total price of CLIN shall not exceed $300.00 for the year. LINE ITEM 0011 - OPTION YEAR 3: Quantity 12 Months, Repair Maintenance and Consumables. The contractor shall provide on-site repair and preventive maintenance, parts, and consumables (toner, parts and consumables except for paper) as specified in the Statement of Work. LINE ITEM 0012 - OPTION YEAR 3: Quantity One (1) Year, Overage Charges for Black and White and Color pages. Contractor shall quote per page overage charges for Color and Black and White pages. Total price of CLIN shall not exceed $300.00 for the year. LINE ITEM 0013 - OPTION YEAR 4: Quantity 12 Months, Repair Maintenance and Consumables. The contractor shall provide on-site repair and preventive maintenance, parts, and consumables (toner, parts and consumables except for paper) as specified in the Statement of Work. LINE ITEM 0014 - OPTION YEAR 4 : Quantity One (1) Year, Overage Charges for Black and White and Color pages. Contractor shall quote per page overage charges for Color and Black and White pages. Total price of CLIN shall not exceed $300.00 for the year. DELIVERY Delivery, installation, training, and demonstration of specifications shall be completed not later than 120 days after award. Delivery terms shall be FOB Destination. FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. PAYMENT SCHEDULE Line items 0001-0004 The Contractor shall be paid in one lump sum payment upon successful completion of delivery, installation, training and demonstration of specifications. Line items 0005, 0007, 0009, 0011, and 0013 The Contractor shall be paid on a monthly basis, in arrears. Proper invoices shall be approved for payment if all services required to be completed within the billing period have been successfully completed. Invoices will not be approved for payment if services are pending or outstanding. Line items 0006, 0008, 0010, 0012, and 0014 The Contractor shall be paid on a monthly basis in arrears only if the PCO has exceeded their agreed upon monthly page consumption. The Contractor shall only invoice for the exact quantity of pages, and not on a monthly schedule. If there are months where the PCO does not exceed their agreed upon monthly page consumption, the Contractor shall not invoice for any overage charges. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, results in the lowest priced, technically acceptable quote to the Government. The following will be used to evaluate quotations: Technical Acceptability Price TECHNICAL ACCEPTABILITY Technical acceptability shall be evaluated to determine that the quoted equipment can meet all requirements of the statement of work. The quotation shall also be evaluated to determine that all requirements for installation, training, warranty are met and that the Quoter can provide repair, maintenance and consumables in accordance with the requirements of the statement of work, and that the Quoter can provide repair, maintenance and consumables with the response times specified in the statement of work. PRICE Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine whether that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. If a trade-in credit is offered: • The price quoted for the trade-in credit shall be evaluated for reasonableness; and • The total price, including base period line items and all option period line items, shall be evaluated inclusive of the trade-in credit. REQUIRED SUBMISSIONS All quoters shall submit the following: 1. For the purpose of evaluation of technical acceptability: - Technical description and/or product literature. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets all requirements of all line items. It is the responsibility of the quoter to ensure that all requirements are clearly documented; - The Contractor shall submit evidence of their capability to provide repair, maintenance and consumables required by the statement of work, and that the response times specified in the statement of work will be met. 2. A firm-fixed price, FOB Destination price quotation for Contract Line Items 0001 through 0005, 0007, 0009, 0011, and 0013. The contractor shall provide Fixed Price per page overage charges for black and white and color for Line items 0006, 0008, 0010, 0012, and 0014. 3. The Quoter shall state whether or not they will accept the Government's current equipment for a trade-in credit. If a trade-in credit will be provided, the Quoter must provide a fixed price for the trade-in credit and confirm that the current equipment will be removed from the NIST site during installation. 4. This is a Small Business Set-aside Combined Synopsis/Solicitation for equipment, as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: a. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR b. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation; 5. The DUNS # for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award; 6. The country of origin for the quoted equipment. DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Susan Ruzicka, Contract Specialist at Susan.Ruzicka@Nist.gov. FAX quotations will not be accepted. Submission must be received not later than 11:00 a.m. Eastern Time on 26 January 2015. A quotation shall be considered received when it is received in the electronic inbox of Susan Ruzicka not later than the date and time identified herein. Questions: All questions regarding this notice must be submitted via e-mail to Susan.Ruzicka@nist.gov. Questions will be accepted until 11:00 a.m. on 20 January 2015 to allow time for responses to be posted. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items 52.217-5, Evaluation of Options 52.225-2, Buy American Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No.: Country of Origin: In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6,Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Alt I, Notice of Total Small Business Set Aside 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.217-8, Option to Extend Services; 52.247-34, FOB Destination; 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. The full text of a Department of Commerce Acquisition Regulation (CAR) provision or clause may be accessed electronically at http://farsite.hill.af.mil/reghtml/regs/other/car/1352.htm. The following CAR clauses apply: 1352.201-70, Contracting Officer's Authority; 1352.209-73, Compliance with the Laws; 1352.209-74, Organizational conflict of Interest; and 1352.246-70, Place of Acceptance; National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg MD Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/Sb1341-15-RQ-0085/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03621786-W 20150123/150121235658-9de50b9feab3141a95780f97b88ba0f2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.