Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

74 -- OPTION - Copiers/MFDs Rental in support of DR-4337-FL

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Denver Federal Center, Bldg 710, Denver, CO 80125
 
ZIP Code
80125
 
Solicitation Number
HSFE04-17-R-2100_01
 
Response Due
9/16/2017
 
Archive Date
3/15/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is HSFE04-17-R-2100_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 532420 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-16 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/15/2017 - 09/15/2017 LI 001: MONTHLY Lease/Rent of 10 MFDs Capable of producing B/W Copies: Cost should include all maintenance, service, toner and supplies (except paper), and usage of 10,000 copies per month. Please see attachments for anticipated period of performance, 10, EA; LI 002: MONTHLY Lease/Rent of 10 MFDs Capable of producing COLOR Copies: Cost should include all maintenance, service, toner and supplies (except paper), and usage of 10,000 copies per month. Please see attachments for anticipated period of performance, 10, EA; LI 003: **THIS LINE ITEM IS THE COST FOR EACH INDIVIDUAL OVERAGE PER B/W COPY** Overages “ overage charge for each B/W copy over the allotted 10,000 copies per month/per machine, 1, EA; LI 004: **THIS LINE ITEM IS THE COST FOR EACH INDIVIDUAL OVERAGE PER COLOR COPY** Overages “ overage charge for each color copy over the allotted 10,000 copies per month/per machine, 1, EA; LI 005: Delivery and Installation Fee: - Cost to deliver and install each of twenty (20) MFDs, 20, EA; LI 006: Pick-up and Removal Fee: - Cost to pick-up and remove each of twenty (20) MFDs, 20, EA; LI 007: Hard Drive Sweep, Removal, and Turnover: - cost to sweep, remove, and turnover HD (will be retained by FEMA IT POC at end of contract) for each of twenty (20) MFDs, 20, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following FAR clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5 (inclusive of SCA), and 52.217-8. Full text of these clauses can be viewed electronically at www.acquisition.gov (a) Set-aside area. The area covered in this contract is: the STATE OF FLORIDA. (b) Representations. The offeror represents that it [ ] does [ ] does not reside or primarily do business in the set-aside area. As prescribed in 26.206(b), insert the following clause: Notice of Disaster or Emergency Area set-Aside (Nov 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the STATE OF FLORIDA. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE04-17-R-2100_01/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04679809-W 20170917/170915231439-d074406f1c55d98ab5986e4287dafebf (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.