Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2003 FBO #0492
SOLICITATION NOTICE

70 -- The NDANG has a requirement for a cost per copy contract for 14 plain paper digital copiers. All copiers located at Hector Field, Army National Guard, Hector Field, Fargo, ND 585102

Notice Date
4/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
DAHA32-03-T-0003
 
Archive Date
6/17/2003
 
Point of Contact
Lee Peterson, 701-333-2222
 
E-Mail Address
Email your questions to USPFO for North Dakota
(lee.peterson@nd.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 be ing requested and written solicitation will not be issued. Solicitation number DAHA32-03-T-0003 is issued as a Request For Quotation (RFQ). The North Dakota Air National Guard (NDANG) intends to award a Firm-Fixed Price Service Type contract for a period of One Base Period of 4 months (1 Jun to 30 Sep 03) and four (4) Option Years consisting of 12 months each starting on the first day of the fiscal year; 1 OCT and ending on the last day of the fiscal year 30 SEP. The NDANG Plans & Programs Flight has a r equirement for a Cost Per Copy contract for fourteen (14) plain paper digital copiers to produce a minimum of 1.1 million copies per year. Past performance indicates about 150,000 excess copies above the 1.1 million copies annually. All copiers will be l ocated on the premises of the NDANG at Hector Field, Fargo, ND. All digital copiers furnished by the contractor shall be new manufactured equipment. Reconditioned, renovated, or previously used copiers will not be acceptable. The contractor will provide all equipment, users manuals/literature, labor, key operator training, and all consumables including staples (except paper) necessary for the operation of a cost-per-copy contract. In order to ensure the ready availability of contractor furnished supplie s, the contractor may be required to establish a store of all such supplies at the NDANG. The facilities and storage space will be at the discretion of the Government. Machine locations will be provided at the time of award. All correspondence to North D akota Air National Guard, MSGT Brit D. Stevens, Base Contracting Officer, 119th FW/LS/LGC, 1400 28th Ave N, Fargo, ND 58102-1051. Correspondence via E-mail: brit.stevens@ndfarg.ang.af.mil or fax (701) 451-2334. The contractor is required to obtain monthly meter readings and report those monthly readings to the Contracting Officer Representative (COR) using a manner satisfactory to the vendor. Copiers shall be capable of operating on 110-volt or 220-volt, 60 Hz, AC electrical current. Specify on your RFQ the electrical requirements for models quoted. The responsibility for maintaining copiers under this contract in serviceable condition shall be solely the contractor. The contractor shall provide normal scheduled preventive maintenance services, to ensure all copiers furnished are maintained in operating condition. Service calls for a malfunction will be during normal business hours. The contractor shall respond to service calls no later than: (a) within four (4) hours of notice of a problem and (b) the next morning notification after 2:00 p.m . Down time for a copy machine starts when vendor is notified of a malfunction and ends when the copy machine is operating again. Each copier under this RFQ shall perform at or above the Government's monthly effectiveness level. If the down time of any copy machine is greater than 10 hours per month or 30 hours per quarter, the contractor may be required to replace the copy machine. Down time shall include the ability to duplex and those copier(s) shall be considered DOWN. On occasion requirements outs ide normal operating hours may be required to support the NDANG during a unit inspection. Vendor will be notified by the COR when inspections are scheduled and will respond to the maximum response time of four hours even if notified after 2:00 p.m. Should the repair record of any copier reflect a downtime of 10 percent or more of the normal working days in two (2) consecutive months, the Contracting Officer in writing will require the initial copier be replaced with another copier. The repla cement copier(s) will be installed for the remainder of the contract period. Backup copiers may be installed for temporary relief while a malfunctioning copier is repaired or a replacement copier is installed. All copiers will be operational at the time of installation. The contractor can certify on the repair record that sufficient repairs have been made to meet this effectiveness level. Should a certified repaired copier, continues to operate below the effectiveness level it shall replaced. The contractor should install a backup copier if a copier cannot be repaired within 8 working hours after a malfunction notification. The contractor must have the capability to deliver and install backup equipment within this time frame if parts are not available and need to be ordered to fix the malfunction. Backup equipment must meet and can exceed the capab ilities of the malfunctioning copier at vendor?s expense. Backup equipment is a temporary fix and the malfunctioning copier should be repaired within a week. The contractor needs to provide written notification of intentions with regard to the original c opier. The contractor will provide the Contracting Officer the serial number, location, and model number of any replacement copier(s). The contractor shall train key operators. A key operator will be assigned for each copier. This training shall be conducted on site and will take place no later than three (3) working days after installation of all copiers. All copy machines shall as a minimum requirement shall include the following: Digital copiers/printers, 2-250 sheet trays, plain paper copiers, 50%-400% zoom, Platen Based 11?x 17?, facsimile (FAX) capable, Stapling, Duplex capable, shall be network ed on the 119th FW Base Local Area Network. Copiers quoted and placed under a resultant contract must be capable of utilizing recycled paper for reproduction purposes. All copiers must be capable of tracking user usage by recording the identity ?code? of the user and the number of copies produced. This information must be able to be accessed through the utility functions of the copier and downloaded using our Local Area Network by the COR to a Microsoft Access or Excel format file. Recording of this info rmation shall be accomplished using any of the following methods: 1. Barcode reader able to read current military ID card barcodes. 2. Imbedded Microchip reader reading chips in current military ID cards. 3. Magnetic strip reader capable of reading the magnetic strip on current military ID cards. 4. Keypad entry of identifying employee codes and PIIN?s. Offeror must specify if another satisfactory tracking method not described would be used. Category 1: In addition to the above requirements need a minimum copy speed of 35 copies per minute. Seven (7) copy machines required. Category 2: In addition to the above requirements, a 3-hole punch, and minimum copy speed of 45 copies per minute. Five (5) copy machines required. Category 3: In addition to the above requirements, a 3-hole punch, 1000 sheet tray, and a minimum copy speed of 65 copies per minute. Two (2) copy machines required. ADDITIONAL QUOTE REQUIREMENTS: Award of this contract shall be based on a Best Value determination to the Government. Evaluation factors shall be price, technical capabilities and past performance (Ref. FAR Clause 52.212-2). Enter your cost per co py quote based on the quantities provided. Base period of four months would be 366,667 copies from 1 June to 30 September 2003 and the cost for excess copies above 366,367 copies. Option year(s) cost per copy is 1.1 million copies and a cost per copy for excess copies above the 1.1 million copies per year. For evaluation purposes only, we will use 50,000 excess copies for the base year and 150,000 excess copies for each option year along with cost per copy pricing quoted. NOTE: The NDANG will issue part ial payments on a monthly basis proportionate to the base period and option year(s) copy requirements of 1.1 million copies per year. Ven dor will submit invoice for excess copies at end of fiscal year (30 September). Upon notification to the contractor, the Government reserves the right to relocate copiers under this contract. Address the costs of relocating copy machines. Charges, for time and/or mileage to temporarily relocate equipment and/or using a mutuall y acceptable reconditioned copy machine in special circumstances. Offeror will need how many days___ to order and install 14 copy machines on receipt of a purchase order? Include literature for all copiers being quoted. Offeror's provide detailed preventative and ongoing maintenance schedule. Offeror's shall provide detailed personnel qualifications; to include dispatchers, customer service representatives, and dedicated technicians. Offeror's ability to track down time by copy machine and provide this information monthly. Offeror's method of tracking and reimbursing for unacceptable copies including copies a service technician uses while repairing a malfunction. Performance Periods Quantity Unit Cost Per Copy Amount Base Period (4 Months) 366,667 Copies $__________ $__________ Base Period Excess 50,000 Copies $__________ $__________ Option Year One 1,100,000 Copies $__________ $__________ Option Year One Excess 150,000 Copies $__________ $__________ Option Year Two 1,100,000 Copies $__________ $__________ Option Year Two Excess 150,000 Copies $__________ $__________ Option Year Three 1,100,000 Copies $__________ $__________ Option Year Three Excess 150,000 Copies $__________ $__________ Option Year Four 1,100,000 Copies $__________ $__________ Option Year Four Excess 150,000 Copies $__________ $__________ Pricing based on a minimum of 1.1 million copies per year. All excess copies are estimated and will be paid on actual copy counts at end of each fiscal year. CLAUSES & SOLICITATION PROVISIONS: 52.212-2 EVALUATION, COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUL 2002) Offeror must complete Reps & Certs in order to be considered in the competitive range. Failure to provide completed Reps & Certs will deem the offeror?s bid unresponsive. Reps & Certs can be obtained from the following website http://farsite.h ill.af.mil/VFFARA.HTM or a copy can be fax requested from the Contracting Officer at (701) 451-2334 or via email at brit.stevens@ndfarg.ang.af.mil 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 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR CONTRACTS FOR MAINTENANCE, CALIBRATION, AND/OR REPAIR OF CERTAIN INFORMATION TECHNOLOGY, SCIENTIFIC AND MEDICAL AND/OR OFFICE AND BUSINESS EQUIPMENT--CONTRACTOR CERTIFICATION (AUG. 1996) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.233-2 SERVICE OF PROTEST (AUG 1996) 52.249-2 TERMINATION FOR CONVENEINCE TO THE GOVERNMENT (FIXED PRICE) (SEP 1996) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed elect ronically at this/these address: http://farsite.hill.af.mil 252.204-7004 REQUIRED CENTRAL CONTRACTORS REGISTRATION (NOV 2001) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (SEP 1995) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2002) 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (SEP 1999)
 
Place of Performance
Address: NDANG Hector Field 1400 28th Ave N Fargo ND
Zip Code: 58102
Country: US
 
Record
SN00295912-W 20030406/030404213844 (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 |
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.