SOLICITATION NOTICE
J -- Copier Maintenance/Repair
- Notice Date
- 9/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street, Parkersburg, WV, 26106-5312, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- CSB-00640-08-0003-SOL
- Response Due
- 9/6/2007
- Archive Date
- 9/5/2008
- Small Business Set-Aside
- Total HUB-Zone
- Description
- This is a combined synopsis/solicitation. Action Code P is used in order to facilitate the inclusion of the wage determination. The closing date is September 6, 2007. This is a combined synopsis/solicitation number is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18 52.212-4 Contract Terms and Conditions - Commercial Items. (FEB 2007) 52.217-8 Option to Extend Services. (NOV 1999) 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) 1052.201-70 Contracting Officer's Technical Representative (COTR) Designation and Authority. (MAR 2002) INVOICING PROCEDURE 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JUN 2007) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004)(15 U.S.C. 657 f). 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 23182 - Electronics Technician Maintenance II 23.44/hr + 33% 23183 - Electronics Technician Maintenance III 24.70/hr + 33% OBJECTIVE: The objective of this solicitation is to obtain the services of a contractor capable of providing on-call copier maintenance/repair. SCOPE: The vendor must have the capacity to supply copier maintenance/repair and services for the copiers listed below: Canon Copier IR C6800, SN# JJM02706 Canon Copier IR C6800, SN# JJM05045 Canon Copier IR 550, SN# NNT24135 Vendor will use only original equipment manufacturer replacement parts. TASKS: Vendor must be able to deliver copier maintenance/repair services as requested within a twenty-four hour response time. PERIOD OF PERFORMANCE: Base Period: October 1, 2007 through September 30, 2007 Option Period 1: October 1, 2008 through September 30, 2009 Option Period 2: October 1, 2009 through September 30, 2010 Option Period 3: October 1, 2010 through September 30, 2011 Option Period 4: October 1, 2011 through September 30, 2012 CONTRACTING OFFICER AUTHORITY: The Contracting Officer (CO) for this procurement will be an employee of the Bureau of the Public Debt (BPD), the CSB's delegated procurement office. In no event shall any understanding or agreement between the contractor and any government employee other than the appointed CO on any contract modifications, change orders, letter or verbal direction (other than direction within the scope of the COTR's authority) to the contractor be effective or binding upon the government. All such actions must be formalized by the proper contract modification executed by the appointed CO. The contractor is hereby put on notice in the event a government employee other than the CO directs a change in the work to be performed or increases the scope of work to be performed, it is the contractor's responsibility to make inquiry of the CO before making the deviation. CONTRACT TYPE: This will be an indefinite delivery indefinite quantity (IDIQ) contract with firm fixed hourly pricing. All parts will be billed in accordance with the contractors current price list at the time of the maintenance/repair. PAYMENT: Vendor shall invoice the CSB monthly in arrears for actual hours used. Payment of invoices will be authorized upon the determination by the Contracting Officer's Technical Representative (COTR) that the deliverables covered by the invoice have been received and meet the requirements set forth in this statement of work. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 1) The COTR will summarize and document the Contractor's performance in the three categories listed below (evaluation based on meeting the requirements of this PWS and the contractor submitted Quality Assurance Plan): a) Quality of service b) Business relations c) Timeliness of performance 2) Surveillance method. Random Evaluation. This method employs a "spot check" style of evaluation and may be adjusted, based on quality trends. The Government retains the right to inspect all requirements of the contract. Unacceptable performance will be recorded and the Contractor shall be required to correct the unacceptable condition within a 24-hour time period. If the Contractor does not correct the unacceptable condition within 24-hours, the COTR will notify the Contracting Officer who will take appropriate administrative action for unacceptable performance. When an observation indicates defective performance, the COTR will require the Contractor to initial the observation. The initialing of the observation does not constitute concurrence with the observation; it only indicates acknowledgement that the Contractor has been made aware of a potentially defective performance. Performance Requirements Summary (PRS) Task (see "Tasks" in PWS) Acceptable Quality Level Evaluation Method Incentive / Disincentive 1. Copier Maintenance/Repair within 24 hours of COTR request 95% Random Sampling. See QASP. Performance Rating 52.212-1 Instructions to Offerors - Commercial Items. (SEP 2006) You must submit each of the following as part of your proposal package. a. Pricing (form 1449) and continuation pages b. Past Performance: Offerors must provide three references that can attest to past performance of contracts and work similar in scope to that of asked here. Offerors must provide the following information for all three references: i. Contact name ii. Telephone number iii. Project title iv. Dates of performance c. Representations and Certifications (or statement that they have been completed in ORCA)
- Place of Performance
- Address: 2175 K Street, NW, Suite 400, Washington, DC
- Zip Code: 20037-1809
- Country: UNITED STATES
- Zip Code: 20037-1809
- Record
- SN01394561-W 20070906/070904222003 (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 |