SOLICITATION NOTICE
J -- On-Call & Annual Service of Fax Machines
- Notice Date
- 3/20/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Immigration & Naturalization Service, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
- ZIP Code
- 75247
- Solicitation Number
- ACD-2-Q-0005
- Response Due
- 4/10/2002
- Archive Date
- 4/10/2002
- Point of Contact
- Richard Sallee, Contract Specialist, Phone 214 905 5392, X94, Fax 214 905 5568, - Sally Arnold, Program Analyst, Phone 214-905-5392, X2, Fax 214-905-5568,
- E-Mail Address
-
richard.r.sallee@usdoj.gov, sally.arnold@usdoj.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 17. 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. Quotations are being requested and a written solicitation will not be issued. Solicitation No. ACD-2-Q-0005 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-05. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification System (NAICS) of 811213. Specifications. Vendor(s) provides fax maintenance service, one time annual and on-call service, beginning on date of award for 12 months then the government will consider exercising up to four (4) one-year options with performance continuing up to a maximum of 5 years. Exercising of option years is at the sole discretion of the government. Quotes should include a base year price as well as prices for each option year. All parts provided by the government and vendor will meet or exceed manufacturer specifications. All fax machines will be in working order at time of award. Number of machines per MAKE/MODEL is in parenthesis after MAKE/MODEL. BASE YEAR: CLIN 0001 CANON 7500 (11) Unit Price per month$____________. CLIN 0002 CANON 9000 (6) Unit Price per month$____________. CLIN 0002 CANON 9000 (6) Unit Price per month$____________. CLIN 0003 CANON 9500 (2) Unit Price per month$____________. CLIN 0004 CANON 9000L (5) Unit Price per month$____________. CLIN 0005 CANON 9000S (2) Unit Price per month$____________. CLIN 0006 HP R80X1 Unit Price per month$____________. CLIN 0007 MINOLTA 3600 (1) Unit Price per month$____________. CLIN 0008 OKIDATA 2450 (1) Unit Price per month$____________. CLIN 0009 OKIFAX (1) Unit Price per month$____________. CLIN 0010 PANAFAX UF-315(1) Unit Price per month$____________. CLIN 0011 PANAFAX UF-755 (1) Unit Price per month$____________. CLIN 0012 PANAFAX UF-880 (3) Unit Price per month$____________. CLIN 0013 SHARP 3500 (1) Unit Price per month$____________. CLIN 0014 SHARP 3850 (1) Unit Price per month$____________. CLIN 0015 SHARP 4500 (2) Unit Price per month$____________. CLIN 0016 SHARP 5459 (1) Unit Price per month$____________. CLIN 0017 SHARP 5500 (1) Unit Price per month$____________. CLIN 0018 SHARP 5600 (1) Unit Price per month$____________. CLIN 0019 SHARP 5700 (7) Unit Price per month$____________. CLIN 0020 Major Repair Cost per Labor Hour $____________. OPTION YEAR 1: CLIN 1001 CANON 7500 (11) Unit Price per month$____________. CLIN 1002 CANON 9000 (6) Unit Price per month$____________. CLIN 1002 CANON 9000 (6) Unit Price per month$____________. CLIN 1003 CANON 9500 (2) Unit Price per month$____________. CLIN 1004 CANON 9000L (5) Unit Price per month$____________. CLIN 1005 CANON 9000S (2) Unit Price per month$____________. CLIN 1006 HP R80X1 Unit Price per month$____________. CLIN 1007 MINOLTA 3600 (1) Unit Price per month$____________. CLIN 1008 OKIDATA 2450 (1) Unit Price per month$____________. CLIN 1009 OKIFAX (1) Unit Price per month$____________. CLIN 1010 PANAFAX UF-315(1) Unit Price per month$____________. CLIN 1011 PANAFAX UF-755 (1) Unit Price per month$____________. CLIN 1012 PANAFAX UF-880 (3) Unit Price per month$____________. CLIN 1013 SHARP 3500 (1) Unit Price per month$____________. CLIN 1014 SHARP 3850 (1) Unit Price per month$____________. CLIN 1015 SHARP 4500 (2) Unit Price per month$____________. CLIN 1016 SHARP 5459 (1) Unit Price per month$____________. CLIN 1017 SHARP 5500 (1) Unit Price per month$____________. CLIN 1018 SHARP 5600 (1) Unit Price per month$____________. CLIN 1019 SHARP 5700 (7) Unit Price per month$____________. CLIN 1020 Major Repair Cost per Labor Hour $____________. OPTION YEAR 2: CLIN 2001 CANON 7500 (11) Unit Price per month$____________. CLIN 2002 CANON 9000 (6) Unit Price per month$____________. CLIN 2002 CANON 9000 (6) Unit Price per month$____________. CLIN 2003 CANON 9500 (2) Unit Price per month$____________. CLIN 2004 CANON 9000L (5) Unit Price per month$____________. CLIN 2005 CANON 9000S (2) Unit Price per month$____________. CLIN 2006 HP R80X1 Unit Price per month$____________. CLIN 2007 MINOLTA 3600 (1) Unit Price per month$____________. CLIN 2008 OKIDATA 2450 (1) Unit Price per month$____________. CLIN 2009 OKIFAX (1) Unit Price per month$____________. CLIN 2010 PANAFAX UF-315(1) Unit Price per month$____________. CLIN 2011 PANAFAX UF-755 (1) Unit Price per month$____________. CLIN 2012 PANAFAX UF-880 (3) Unit Price per month$____________. CLIN 2013 SHARP 3500 (1) Unit Price per month$____________. CLIN 2014 SHARP 3850 (1) Unit Price per month$____________. CLIN 2015 SHARP 4500 (2) Unit Price per month$____________. CLIN 2016 SHARP 5459 (1) Unit Price per month$____________. CLIN 2017 SHARP 5500 (1) Unit Price per month$____________. CLIN 2018 SHARP 5600 (1) Unit Price per month$____________. CLIN 2019 SHARP 5700 (7) Unit Price per month$____________. CLIN 2020 Major Repair Cost per Labor Hour $____________. OPTION YEAR 3: CLIN 3001 CANON 7500 (11) Unit Price per month$____________. CLIN 3002 CANON 9000 (6) Unit Price per month$____________. CLIN 3002 CANON 9000 (6) Unit Price per month$____________. CLIN 3003 CANON 9500 (2) Unit Price per month$____________. CLIN 3004 CANON 9000L (5) Unit Price per month$____________. CLIN 3005 CANON 9000S (2) Unit Price per month$____________. CLIN 3006 HP R80X1 Unit Price per month$____________. CLIN 3007 MINOLTA 3600 (1) Unit Price per month$____________. CLIN 3008 OKIDATA 2450 (1) Unit Price per month$____________. CLIN 3009 OKIFAX (1) Unit Price per month$____________. CLIN 3010 PANAFAX UF-315(1) Unit Price per month$____________. CLIN 3011 PANAFAX UF-755 (1) Unit Price per month$____________. CLIN 3012 PANAFAX UF-880 (3) Unit Price per month$____________. CLIN 3013 SHARP 3500 (1) Unit Price per month$____________. CLIN 3014 SHARP 3850 (1) Unit Price per month$____________. CLIN 3015 SHARP 4500 (2) Unit Price per month$____________. CLIN 3016 SHARP 5459 (1) Unit Price per month$____________. CLIN 3017 SHARP 5500 (1) Unit Price per month$____________. CLIN 3018 SHARP 5600 (1) Unit Price per month$____________. CLIN 3019 SHARP 5700 (7) Unit Price per month$____________. CLIN 3020 Major Repair Cost per Labor Hour $____________. OPTION YEAR 4: CLIN 4001 CANON 7500 (11) Unit Price per month$____________. CLIN 4002 CANON 9000 (6) Unit Price per month$____________. CLIN 4002 CANON 9000 (6) Unit Price per month$____________. CLIN 4003 CANON 9500 (2) Unit Price per month$____________. CLIN 4004 CANON 9000L (5) Unit Price per month$____________. CLIN 4005 CANON 9000S (2) Unit Price per month$____________. CLIN 4006 HP R80X1 Unit Price per month$____________. CLIN 4007 MINOLTA 3600 (1) Unit Price per month$____________. CLIN 4008 OKIDATA 2450 (1) Unit Price per month$____________. CLIN 4009 OKIFAX (1) Unit Price per month$____________. CLIN 4010 PANAFAX UF-315(1) Unit Price per month$____________. CLIN 4011 PANAFAX UF-755 (1) Unit Price per month$____________. CLIN 4012 PANAFAX UF-880 (3) Unit Price per month$____________. CLIN 4013 SHARP 3500 (1) Unit Price per month$____________. CLIN 4014 SHARP 3850 (1) Unit Price per month$____________. CLIN 4015 SHARP 4500 (2) Unit Price per month$____________. CLIN 4016 SHARP 5459 (1) Unit Price per month$____________. CLIN 4017 SHARP 5500 (1) Unit Price per month$____________. CLIN 4018 SHARP 5600 (1) Unit Price per month$____________. CLIN 4019 SHARP 5700 (7) Unit Price per month$____________. CLIN 4020 Major Repair Cost per Labor Hour $____________. Attachment 1, Titled "Fax Machine Maintenance Requirements" is part of this solicitation. Attachment 1 provides fax machine make, model, serial number, INS customer, location, purchase request number and funding data. The requirement includes on call service with a 4-hour response time during normal business hours excluding federal holidays and weekends. A service log developed in cooperation between the government and the vendor will be established for each fax machine under the maintenance agreement and kept on site next to the fax machine. Each fax machine will be serviced and cleaned annually based on a negotiated schedule between the vendor and the contracting officer. The annual service will include cleaning, replacing small parts and keeping the machine in good working order. Vendor will provide a loaner fax machine if government machine is inoperable beyond 1 working day. Small parts are part of the contract and will be supplied and installed by the vendor. Small parts include drums, rollers, filters and similar items. Toner, developers & paper are expendables and provided by the government. Repairs costing more than $150.00 (labor and parts) per incident will not be performed without Contracting Officer authorization. Vendor will provide written notification (repair estimate) to the Contracting Officer and the Contracting Officer will provide repair authorization in writing before any major repairs are performed. Major Repair Labor (inclusive parts) addresses labor pricing for major fax machine repairs (repairs inclusive parts & labor exceeding $150.00 (combined labor & parts). Major Repair Contract Line Items are for evaluation purposes only. Vendor is to quote the price per hour of performing a major repair. The quotation will become binding with the agreement. Only the Contracting Officer can authorize a major repair. Price of parts shall be the same as provided the "most favored customer". For authorized major repairs, only the costs exceeding the $150.00 minimum will be paid. Vendor will provide written notification (repair estimate) to the Contracting Officer and the Contracting Officer will provide repair authorization in writing before any major repairs are performed. Successful contractor will perform at the location listed on Attachment 1. All fax machines will be serviced at least once in a 12-month period at a schedule developed at time of award. The Service Contract Act applies. Wage Determinations are provided as Attachment 2. Award may be made with a single or with multiple vendors (maximum of six brands/manufacturers) depending on best value to the government. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov./far. FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; offerors must obtain a copy of these provisions and submit with their quotation. The following clauses are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.207-4, Economic Purchase Quantity-Supplies and JAR 2852.233-70, Protests Filed With the Department of Justice, apply as addenda to FAR.212-4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Contracting officer indicated clauses for FAR 52.212-5 are 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); Contractor Registration (31 U.S.C. 3332). FAR 52.212-2, Evaluation-Commercial Items. Award will be made to the firm(s) which is/are technically acceptable and offers the best value to the government. Best value is determined by considering both price quotations and costs of award administration. The following factors shall be used to evaluate quoter's technical capabilities. Evaluation will be based on price plus past performance, with award being based on lowest price technically acceptable. PAST PERFORMANCE: Each quoter shall describe in a narrative their past performance on similar contracts held within the last three years which are of similar scope, magnitude and complexity to that which is detailed in this RFQ. Past Performance shall be evaluated in the following manner: The Government will assess the quoter's ability to perform, including the offerors likelihood of achieving success in meeting the contract requirements based on the contractor's description of solutions to past problems. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal, state and local government agencies and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each quoter's past performance based on the information submitted by the quoter, as well as information that the Government collects by itself. Quoter will be given credit for good past performance and lose credit for poor past performance. If the quoter does not have a past performance history relating to this solicitation, the quoter will be evaluated neither favorably nor unfavorably for this factor. Orders may be issued via facsimile. Quotes are due April 10, 2002, 2:00pm Dallas time, at Immigration & Naturalization Service, ATTN: Rick Sallee, ACDCPM, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries should be in written form and faxed to (214) 905-5568 ext 94. All responsible sources may submit a quotation that shall be considered subject to the small business set aside requirement noted above.
- Place of Performance
- Address: 7701 North Stemmons Freeway, Dallas, Texas
- Zip Code: 75247
- Country: USA
- Zip Code: 75247
- Record
- SN00045658-W 20020322/020320213205 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |