SOLICITATION NOTICE
75 -- Certified Canon Copier Service and Maintenance
- Notice Date
- 6/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
- ZIP Code
- 33621-5000
- Solicitation Number
- Reference-Number-F2VVJ66087A400
- Response Due
- 6/14/2006
- Archive Date
- 6/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation F2VVJ66087A400 is issued as a request for quote, utilizing Simplified Acquisition Procedures in Federal Acquisition Regulation (FAR) Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-24. NAICS Code is 811212. Small business size standard is $21M. This acquisition is 100% Small Business Set-Aside. Unit Small Business Specialist is Mr. Nelson Escribano (813) 828-0264; link to USAF Small Business, http://www.selltoairforce.org; link to SBA http://sba.gov. MacDill AFB has a requirement for Canon Copier Maintenance Services in accordance with the Statement of Work. All service must be provided by a certified Canon copier technician. The contract will cover the period of one year. The following attachments are incorporated as part of this synopsitation. 1) Statement of Work, 2) Pricing Schedule. Lack of CCR registration will make an offer ineligible for award. Submission of Quotes: Quotes may be faxed to SSgt Daniel Abert at (813) 828-5111. Submit the following items with the quotations: 1) Pricing Schedule, 2) Canon certification, 3) Completed Representations and Certifications as required in 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.Offers are due by 14 June 2006 no later than 4:30 P.M. Anticipated award date is 15 June 2006. The following FAR provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2004), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government, price and other factors considered. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (May 2004) with Alternate I (Apr 2002). The following FAR clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (Jun 2003) FAR 52-204-7 Central Contractor Registration (Oct 2003); with 252.204-7004 ALT A (Nov 2003). FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2004) under para (b), the following clauses are incorporated: FAR 52.219-6 Notice of Total Small Business Set Aside (June 2003), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), 352.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); under para (c), the following clauses are incorporated: FAR 52.233-3 Protest after Award (Aug 1996), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7000 Offeror Representations and Certifications?Commercial Items(Nov 1995), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004) under para (a) and (b), the following clauses are incorporated: FAR 52.203-3 Gratuities (Apr 1984), DFAR 252.225-7012 Preference for Certain Domestic Commodities (Feb 2003), DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003), DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), DFAR 252.247-7024 Notification of Transportation of Supplies by Sea (May 2000), DFAR.252.225-7031 Secondary Arab Boycott Of Israel (Apr 2003), DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), AFFAR 5352.223-9001 Health and Safety on Government Installations (Jun 1997) apply to this acquisition. Attachment 1) Statement of Work; Reprographics STATEMENT OF WORK Effort: Copier Maintenance Contract (31 May 2006) Executive Summary: The US Central Communications and Control, Communications and Computer Systems directorate CCJ6 reproduction has a requirement for a maintenance contract to keep up the high quality of work to support USCENTCOM?s high volume mission essential documents. This includes (5) Image Runner 3200 color copiers and (1) Canon Image Runner 105 black and white copier. A maintenance contract will allow limited down time and keep up the high quality of work. 1.BACKGROUND: CCJ6 reproduction supports all USCENTCOM?s printing request on a daily basis, as well as maintenance, and supplies for 124 office copiers within USCENTCOM and coalition village 1 and 2. CCJ6 reproduction has only 4 color copiers and 1 high speed black and white copier to support an estimated 2,500 people in the command. Maintenance on (5) Image Runner 3200 color copiers and (1) Canon Image Runner 105 black and white copier will be required due to the amount of impressions placed on these machines monthly. SCOPE/OBJECTIVE: The contractor shall repair/replace parts on (4) Image Runner 3200 color copiers and (1) Canon Image Runner 105 black and white copier within a 24 hour period from the time a service call is placed to prevent a work stoppage. 2. PERIOD OF PERFORMANCE. The period of performance for this work shall be 1 year from the time the contract is awarded. 3. DESCRIPTION OF WORK: Conduct maintenance on (5) Canon Image Runner 3200 color copiers and (1) Canon Image Runner 105 black and white copier located in building 540 (USCENTCOM). Contractor will supply all toners, drums, and parts for any problems to machines that will cause a work stoppage. Contractor will bill USCENTCOM/CCJ6 quarterly based on the amount of impressions used. Contractor will only work on copiers that are under the maintenance contract. 5. PROGRAM MANAGEMENT. Catherine M. Davis or Mr. Lenny Kocick will coordinate the execution of all work performed on copiers within building 540 (USCENTCOM). 6. WORK ENVIRONMENT: Work will be performed in USCENTCOM rooms 147, 142, and 200A 7. TRAVEL REQUIREMENTS. There is no anticipated requirement for travel. 8. MATERIAL REQUIREMENTS: The Government shall furnish working space, the contractor shall be responsible for the routine maintenance, and cleanliness of space provided. 9. ADDITIONAL SECTIONS. Personnel Requirements. Contractor employees performing services shall be required to comply with all USCENTCOM?s rules and regulations applicable to the conduct, safety, security, and procedures governing site entry and exit. All contractor personnel must be U.S. citizens and those requiring access to headquarters USCENTCOM, must possess an appropriate security clearance. Attachment 2) Pricing Schedule; PRICING SCHEDULE CANON COPIER MAINTENANCE Equipment Canon Statement of Work Requirements (priced per call, service and impressions) Impressions Per Year (Approximate) 1) 1ea., Image Runner 105 900,000 per year $____________(calls,service,impressions)(Black and White) 2) 5ea., Image Runner 3200 167,000 per year $____________(calls,service,impressions) (Color)
- Place of Performance
- Address: United States Central Command (USCENTCOM), MacDill AFB, FL.
- Zip Code: 33621
- Country: USA
- Record
- SN01066859-W 20060611/060609220723 (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 |