Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2005 FBO #1320
SOLICITATION NOTICE

W -- SD Army National Guard Statewide Copiers

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
 
ZIP Code
57702-8186
 
Solicitation Number
W912MM-05-B-0001
 
Response Due
7/28/2005
 
Archive Date
9/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
PRESOLICITATION NOTICE for digital copiers on a Cost-Per-Copy (CPC) basis to support the South Dakota Army National Guard (SDARNG) activities statewide. Resultant contract shall be for a base period of 12 months, with 4 option periods of 12 months e ach. The copier equipment must be installed by 1 Oct 2005. The CPC price shall remain the same for the initial contract period and for each option period exercised by the Government. The volume of copies is estimated to be a 1-4 million copies per each 12-month period. This requirement involves approximately 75 Contractor-owned, digital, black toner, plain paper copiers complete with supplies, maintenance, and repair services. Prior to issuance of the solicitation document, the Government will determin e actual number of copiers required. Contractors personnel and equipment shall be utilized to deliver/install the contractor-owned copiers within SDARNG facilities throughout South Dakota. The Contractor-owned copiers are to be digital copiers as set fo rth in the Statement of Work (SOW). Contractor is to provide all supplies for the copiers except paper and transparencies directly to the designated SDARNG Key Operators. The Govt reserves the right to increase/decrease the number of contractor-owned co piers by 20% over the duration of the contract without an increase in cost to the Government. The +/- 20% in number of copiers is exclusive of any equipment changes requested by the contractor. It will be the Contractors responsibility to provide suffi cient management, as well as qualified, trained and certified service and delivery personnel in sufficient number to service and support the requirements under the contract within the specified response times. An enhancement to the copiers may be requeste d at some future point during the contract period to interface the copiers. The Government will request a proposal from the contractor for this enhancement if/when the Government determines its feasible. No subcontractor will be utilized for any of the i tems within this contract. All equipment repairs shall be completed by certified/authorized service technicians. Response calls for service shall be accomplished between 7:30 AM  3:00 PM Monday through Friday (excluding Federal Holidays), but shall not exceed eight (8) hours to analyze problems and complete necessary repairs. The Contractor shall provide one central location for contacts and will include an 800#, or accept collect telephone calls from SDARNG personnel, e-mail address or fax as a means t o coordinate the placement, relocation, maintenance, repair, request for supplies, etc. for the copiers within the contract. Interested concerns must be able to provide written notification that includes references for similar work, to include points of contact and telephone numbers, and demonstrate the ability to service all copier locations in the required response time. This acquisition shall be 100% small business set aside. The appropriate NAICS is 532420 (formerly SIC 7359). For NAICS 5324 the applicable small business size standard, including affiliates, is no more than $21M average annual revenue for three previous years. The solicitation and any amendments will be available at the Website, http://sdguard.ngb.army.mil and then by selecting Contracting. It is anticipated that the solicitation will be available at this website o/a 11 July 2005. No award shall be made unless the Contracting Officer makes an affirmative determination of responsibility, to include past performance, for the potential contractor. Potential contractor must complete the Central Contractor Registration process prior to award of contract. Tentative IFB solicitation response date is 27 July 2005.
 
Place of Performance
Address: USPFO for South Dakota 2823 West Main Street, Rapid City SD
Zip Code: 57702-8186
Country: US
 
Record
SN00842102-W 20050708/050706212126 (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.