Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

J -- Printer Maintenace Service

Notice Date
5/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4800-07-Q-MS09
 
Response Due
6/7/2007
 
Archive Date
6/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) for solicitation number FA4800-07-Q-MS09. The solicitation document and FAR incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16; Air Force Federal Acquisition Regulation Supplement, Air Force Acquisition Circular (AFAC) 2007-0314; and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20070426. The proposed acquisition is reserved for 100% small business. The NAICS code is 811212 and the small business size standard is $23 Million. The 1st Contracting Squadron has a requirement for a Printer Maintenance Service. This printer maintenance service is a non-personal service. Contractor shall provide repair services and routine maintenance on approximately 243 printers. To include all labor, tools, equipment, routine replacement parts, and transportation necessary to provide the service as defined in the Statement of Work (SOW) for the 1st Medical Group at Langley Air Force Base, VA. The SOW and a list of printers requiring maintenance will be posted shortly after this combined synopsis/solicitation. Performance shall be to the standards in this solicitation and directives listed in the attached SOW. The period of performance shall be for 12 months from time of award. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-1 is supplemented per following addenda: ?Contractor shall submit their quote on company letterhead, As a minimum, offers must show (1) The solicitation number;(2) The name, address, and telephone number of the offeror;(3) A technical description of services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;(4) Terms of any express warranty;(5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) Past performance information (maximum of three), to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); 52.212-2 Evaluation -- Commercial Items - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability offered to meet the Governments requirement, and past performance. Technical and past performance, when combined, are approximately equal to price; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 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 applies to this acquisition, FAR clauses cited in this clause applicable to this acquisition are: (b) 14-20, 23, and 31; 52.247-34 F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference; The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract terms and conditions required to implement status of Executive; DFARS 252.232-7003 Electronic Submission of Payment Requests; AFFARS 5352.201-9101 Ombudsman; In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. Offerors may obtain copies of the reference provisions and clauses at http://arnet.gov/far. Quotations must be received by June 7, 2007 at 2:30 pm (eastern time). Quotations shall be submitted to: 1st Contracting Squadron/LGCB, Attn: Amn Mishell M. Sonntog, 74 Nealy Avenue, Langley AFB, VA 23665-2088 at fax 757-225-7443, ph 757-225-9973, or e-mail: mishell.sonntog@langley.af.mil. (End of Text)
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665-2020
Country: UNITED STATES
 
Record
SN01301261-W 20070525/070523220812 (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 |
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.