Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

J -- Xerox Maintenance Agreemnet

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J15R0061
 
Response Due
7/7/2015
 
Archive Date
8/31/2015
 
Point of Contact
Tony Robertson, 210-466-2212
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(tony.i.robertson.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Amendment #1 - Questions and answers received in response to this combined synopsis/solicitation are in the document titled quote mark QA quote mark in attachments. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items Set Aside for Woman Owned Small Business, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for proposals and a written solicitation will not be issued. All proposals received prior to July 7, 2015 at 1:00PM Central Daylight Savings Time (CDT) will be considered by the Government. The combined synopsis/solicitation number is W9124J-15-R-0061 and it is issued as a Request for Proposal. Email proposals to Tony.I.Robertson.civ@mail.mil and maria.d.cachola.civ@mail.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. Only emailed requests received directly from the offerors are acceptable. NAICS code is 811212, size standard $27.5 Million. Additional Information: 1. Offerors must register with the Wide Area Workflow (WAWF). Payment will be made by electronic funds transfer through Defense Finance and Accounting Service (DFAS). The offeror that is awarded the contract must follow the instructions required for electronic submission of invoices on WAWF https://wawf.eb.mil. 2. System For Award Management (SAM) Registration is required in order for an offeror to receive a Government contract, so interested offerors are highly encouraged to register. For more information on this requirement, please visit https://www.sam.gov. If you were registered in CCR and ORCA, your organization's information is already in SAM. However, you are required to set up a SAM account and migrate your CCR roles. 3. Fill out FAR clause 52.212-3 (Offeror Representations and Certifications) or reference to electronic copy of Representation and Certifications on the System for Award Management website (https://www.sam.gov). 4. Submission requirements for all offerors are identified by addendum on FAR Clause 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting proposal. 5. Offers will be evaluated as identified in FAR Clause 52.212-2, incorporated into this solicitation. 6. PROPOSALS MUST INCLUDE OFFEROR'S TAX ID AND CAGE CODE NUMBER. 7. General Information: The following requirement is to support Brook Army Medical Center to provide Xerox copier Maintenance Agreement services as described in the PWS covering a 12-month base period and two 12-month options, from 28 July 2015 to 27 May 2018. See attached Bid Schedule. 8. The Point of Contact for submission of offers is Mr. Tony Robertson, Contract Specialist email: Tony.I.Robertson.civ@mail.mil. The Contracting Officer is Ms. Maria Cachola, email: maria.d.cachola.civ@mail.mil. 9. Questions must be submitted no later than June 30, 2015 at 3:00 PM CDT via email to Tony.I.Robertson.civ@mail.mil and maria.d.cachola.civ@mail.mil. Proposal must be submitted no later than July 7, 2015 at 1:00 PM CDT. 10. Points of contact: Contract Specialist: Tony Robertson, tony.i.robertson.civ@mail.mil, (210) 466-2212. Contracting Officer: Maria Cachola, maria.d.cachola.civ@mail.mil. (210) 466-2207. CLAUSES INCORPORATED BY REFERENCE The following provisions and clauses apply to this acquisition and can be viewed in full text at http://farsite.hill.af.mil/vffara.htm 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2014 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2014 52.216-1 52.217-8 52.217-9 52.219-1 52.219-6 52.219-28 52.219-30Type Of Contract Option To Extend Services Option to Extend The Term Of The Contract Small Business Program Representations Post-Award Small Business Program Rerepresentation Notice of Total Small Business Set-Aside Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business ProgramAPR 1984 Nov 1999 Mar 2000 Oct 2014 APR 2012 Nov 2011 July 2013 52.222-17 Nondisplacement of Qualified Workers MAY 2014 52.222-27 Affirmative Action Compliance Requirements for Construction FEB 1999 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-1 Payments APR 1984 52.233-2 Service Of Protest SEP 2006 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7006 Billing Instructions OCT 2005 252.204-7012 Safeguarding of unclassified controlled technical information NOV 2013 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 2014 252.209-7998 (Dev) Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law MAR 2012 252.209-7999 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation) JAN 2012 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 5152.233-4000 AMC-LEVEL PROTEST PROGRAM SEP 2011 The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical Capability: (10 Page limit, not smaller than 12 point font, size 8.5 X 11 page) - The Government shall evaluate the offeror's technical proposal on an Acceptable/Unacceptable basis. Provide a brief description of how the Offeror will accomplish the requirements of the PWS. a.Technicians shall be Original Equipment Manufacturer (OEM) certified b.All replacement consumable parts and supplies shall be new parts, no used or refurbished parts shall be used. c.Vendor shall provide all consumables to include, but not limited to, Toner, Toner Waste bottles, Xerographic Modules, Fusers and Document Feed Roller Assemblies. d.Service requests shall be responded to onsite within 24 hours of request. e.Services shall be completed within 72 hours of service request. 2.Price: No Page limit - Award will be made to the offeror that proposes the lowest price and is determined to be technically acceptable. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. a. This criterion evaluates the overall price to determine if the proposed price is fair and reasonable. The Government may determine an offer unacceptable if the proposed prices are materially unbalanced which is defined as significantly understated or overstated in relation to the actual cost of that work or when the price is determined not to be fair and reasonable. b. Ratings: Price proposals will be evaluated, but not rated. c. Description of factor: The Government will evaluate offers for award purposes by adding the total price for all option periods to the total price for the basic requirement. 3.Past Performance: Past Performance will be evaluated based on information obtained using internal systems. Offerors are not required to submit Past Performance information. The Government will use information obtained using other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems. The offeror will either be deemed acceptable or non-acceptable in this area. Any offeror which has no relevant Past Performance will be deemed acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Attachment 1 titled quote mark Bid Schedule quote mark. Attachment 2 titled quote mark PWS quote mark.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09289db4a22bbe1f85c8243fdcdc035a)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03784679-W 20150704/150702234923-09289db4a22bbe1f85c8243fdcdc035a (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.