SOLICITATION NOTICE
74 -- MAINTENANCE CONTRACT FOR WIDE FORMAT PRINTERS
- Notice Date
- 3/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700109Q0080
- Response Due
- 3/16/2009
- Archive Date
- 3/31/2009
- Point of Contact
- NANCY PETERSON 910-451-5301 MS LISA T. COYLE910-451-1535
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial services 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. A written solicitation will not be issued. Solicitation number M67001-09-Q-0080 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The Federal Supply Classification (FSC) is 7490. The North American Industrial Classification System (NAICS) code for this requirement is 811212 and the small business size standard is $25M. This solicitation is 100% Set Aside for Small Business. PREVENTIVE AND ON-CALL MAINTENANCE CONTRACT FOR WIDE FORMAT PRINTERS AND COPIERS, BASE YEAR AND FOUR OPTION YEARS. Option Years will be exercised at the discretion of the Government. See Statement of Work for Line Items and requ! irements. The services are in support of the Public Works Section aboard Camp Lejeune, North Carolina. The Government anticipates award of a Firm Fixed Price contract. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52-217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-41 Service Contract Act of 1965, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds T! ransfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.232-19 Availability of Funds for the Next Fiscal Year, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial It! ems; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, co! ntact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine Best Value to the Government are price, technical capability and past performance. Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. The closing date for this solicitation is 16 March 2009, at 1200 hr (12:00 pm EST). Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to nancy.peterson@usmc.mil or fax to (910) 451-2193.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e3a679f542eeb82354464f549db3af9&tab=core&_cview=1)
- Record
- SN01767191-W 20090313/090311220426-49ee920da54ef7d4a245b1cad5761317 (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 |