SOLICITATION NOTICE
J -- CANON Copier Maintenance
- Notice Date
- 12/5/2002
- 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-3-Q-0009
- Archive Date
- 12/28/2002
- Point of Contact
- Richard Sallee, Contract Specialist, Phone 214 905 5392, X94, Fax 214 905 5568, - Julian Stephens, Contract Specialist, Phone 214 905 5392, X 4, Fax 214 905 5568,
- E-Mail Address
-
richard.r.sallee@usdoj.gov, julian.m.stephens@usdoj.gov
- 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 solicitation is not a small business set-aside. The Contracting Officer has no reasonable expectation based on market research and consultation with the Small Business Administration that a small business meets the required criteria. The solicitation further limits the area of consideration to quoter's within 20 miles of Biggs AAF, TX 79916. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation No. ACD-3-Q-0009 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-10. The North American Industrial Classification System (NAICS) is 811212. Specifications. Vendor provides on-site on-call copier maintenance service for four (4) CANON copiers beginning on date of award for 12 months then the government will consider exercising up to two (2) one-year option periods with performance continuing up to a maximum of three (3) 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. Place of performance is Border Patrol Special Coordination, Building 11624, SSG Sims Street, Biggs Army Airfield, El Paso, Texas 79916. FAR Clause 52.217-8 Option to Extend Services will be part of this contract. All parts provided by the vendor shall meet or exceed manufacturer specifications. The quoter must be a CANON Authorized Dealer as per GS-25F-0023M (current copier lease agreement). BASE YEAR: CLIN 0001 CANON NP6650II, SN: CYR40040 Unit Price Per Month$____________, Total Price Per Year__________. CLIN 0002 CANON NP6650II, SN: CYR40607 Unit Price Per Month$____________, Total Price Per Year__________. CLIN 0003 CANON CLC 900, SN: NJC01927, Unit Price Per Month$____________, Total Price Per Year__________. CLIN 0004 CANON CLC 5000, SN: NSX00724 Unit Price Per Month$____________, Total Price Per Year__________. OPTION PERIOD ONE: CLIN 1001 CANON NP6650II, SN: CYR40040 Unit Price Per Month$____________, Total Price Per Year__________. CLIN 1002 CANON NP6650II, SN: CYR40607 Unit Price Per Month$____________, Total Price Per Year__________. CLIN 1003 CANON CLC 900, SN: NJC01927, Unit Price Per Month$____________, Total Price Per Year__________. CLIN 1004 CANON CLC 5000, SN: NSX00724 Unit Price Per Month$____________, Total Price Per Year__________. OPTION PERIOD TWO: CLIN 2001 CANON NP6650II, SN: CYR40040 Unit Price Per Month$____________, Total Price Per Year__________. CLIN 2002 CANON NP6650II, SN: CYR40607 Unit Price Per Month$____________, Total Price Per Year__________. CLIN 2003 CANON CLC 900, SN: NJC01927, Unit Price Per Month$____________, Total Price Per Year__________. CLIN 2004 CANON CLC 5000, SN: NSX00724 Unit Price Per Month$____________, Total Price Per Year__________. The requirement includes on call service with a 4-hour response time during normal business hours excluding federal holidays and weekends. The requirement consists of full service maintenance agreement inclusive inspections, cleaning, lubrication, adjustments, transportation, and parts (inclusive drums and toner). The Government provides the paper. Award will be a single vendor award. 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 that is technically acceptable and offers the best value to the government. Best value is determined by considering both price quotations and costs of award administration. 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 offeror's 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 December 13, 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 or Richard.r.sallee@usdoj.gov. All responsible sources, currently an Authorized CANON Dealer may submit a quotation.
- Place of Performance
- Address: INS/BP Special Coordination Center, 11624, SSG Sims Street, Biggs AAF, TX
- Zip Code: 79916
- Zip Code: 79916
- Record
- SN00217442-W 20021207/021205213346 (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 |