Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

74 -- Combined Synopsis/Solicitation for Portland OR VA Medical Center copier maintenance

Notice Date
3/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs, Portland VAMC, Department of Veterans Affairs Medical Center, Contracting Office (V4CONT);Portland VA Medical Center;3710 SW US Veterans Hospital Road;Portland OR 97239
 
ZIP Code
97239
 
Solicitation Number
VA-260-09-RQ-0340
 
Response Due
3/31/2009
 
Archive Date
4/15/2009
 
Point of Contact
Stan HockettContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
Copier MaintenanceCombined Synopsis/Solicitation This notice 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, which is issued as a Request for Quotation (RFQ) Point of Contact is: Stan Hockett, Contract Specialist, 5115 NE 82nd Ave., Suite 203, Vancouver, WA 98662; quotes are being requested and a written solicitation will not be issued. The Government intends to acquire commercial items using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This procurement is being solicited on an unrestricted basis. However, the offeror shall identify the size of their business. The NAICS Code is 811212 and the small business size standard for this procurement is $25M. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Location of where equipment is to be delivered is Portland, OR. Delivery shall be FOB Destination. Proposal must include: solicitation number, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), cage code, DUNS Number, CCR number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2008), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies" the offeror shall so state and shall list the country of origin. All contractual and technical questions must be in writing via email to Stan Hockett not later than 2 pm Pacific time on March 31, 2009. E-mail address is Stan.hockett@va.gov. Questions will be accepted via email. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). DESCRIPTION: The Contractor shall provide the following: 1. All labor, parts, travel and materials to maintain the copiers in working order. 2. Preventative maintenance and machine adjusts to keep copiers in working order. 3. Respond to requests for service within 4 (four) hours. 4. Read meters to determine costs per copy. 5. Contact the users if the repairs will require more than one day. 6. Inform the COTR (Contracting Officer's Technical Representative) if a copier is too old to service. 7. Efforts will be made by the contractor to minimize disruption to customers and employees. 8. Vendor will maintain cleanliness of work area and minimize dust and contaminants to areas adjacent to the job site. 9. Vendor employees will comply with the Standards of Conduct on VA property outlined in title 38 CFR section 1.218, which can be found posted at the entrance to the Medical Center. 10.VA (the user) contacts the vendor monthly with the meter reading. 11. Copiers are located in the Pacific Northwest primarily at Vancouver and Portland but also there are single copiers at other locations including Salem, Oregon; Bend, Oregon; Hillsboro, Oregon and Camp Rilea, Oregon. A current list of the approximately124 copiers will be furnished to offerors upon request to Stan.Hockett@va.gov. Site Visit The Contractor is encouraged to inspect the site where the work is to be performed to satisfy themselves regarding all general and local conditions that may affect the cost of contractor's performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Not to Exceed Amount The Contractor shall exceed the amount awarded for this contract with the written approval of the Contracting Officer or they shall be performing at their own risk. Notice of Availability of Funds Under a Continuing Resolution Funds are not presently available for performance under this contract beyond 09/30/2009. The Government's obligation for performance of this contract beyond the date identified above is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the end date of the most current continuing resolution until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Government Furnished Property The Government will provide the following item(s) of Government property to the Contractor for use in the performance of this contract. The following will be located on site: electricity, parking can be arranged through the COTR, paper and toner Technical Refresh Machines may be added or removed from the list as necessary. Pricing will be adjusted accordingly through modifications to this contract. Adjustments will take place no more than on a monthly basis. No price increase can be incurred without the approval of the Contracting Officer. Performance Period Period of performance for this solicitation consists of a base period plus the option to continue service for up to four option years. Base period is April 01, 2009 to September 30, 2009. Option year one is October 1, 2009 through September 30, 2010. Option year two is October 1, 2010 through September 30, 2011. Option year three is October 1, 2011 through September 30, 2012. Option year four is October 1, 2012 through September 30, 2013. Exercise of option to renew in option years is contingent upon: performance of vendor in the previous performance period(s), funding for the applicable fiscal year, non-expiration of the GSA contract under which the task order is to be issued. Working Hours Regular hours are 8:00 am to 4:00 pm, local time, Monday through Friday except for Federal Holidays. Work outside these hours at the request of the Contractor shall not result in any increase in price. LEGAL HOLIDAYS (a)The Federal Government observes the following days as holidays. New Year's DayJanuary 1st* Martin Luther King's BirthdayThird Monday in January Presidents' DayThird Monday in February Memorial DayLast Monday in May Independence DayJuly 4th* Labor DayFirst Monday in September Columbus DaySecond Monday in October Veterans' DayNovember 11th Thanksgiving DayFourth Thursday in November Christmas Day December 25th* *If the date falls on a Saturday, the Government holiday is the preceding Friday. If the date falls on a Sunday, the Government holiday is the following Monday. (b) In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President's Proclamation Deliverables Deliverables and copies of all correspondence requiring a signature, such as copies of invoices shall be delivered to the Contracting Officer's Technical Representative and the Contracting Officer. The Contractor shall adhere to the following schedule and deliverable requirements. All electronic submissions shall be in [i.e. Word, Excel] format. ItemDescriptionDue DateNo. of CopiesFormatAddressee 1Monthly Summary of Support and MaintenanceAt invoicing1Electronic acceptableCOTR 2 Technical Refresh to add or delete copiers from list. No more than once per calendar month as needed.2Electronic acceptableCOTR CO CLAUSES AND PROVISIONS BY REFERENCE 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 and price related factors (warranty, repair service locations), Past performance, and Technical. Technical shall include: ease of use, quality of product, ease of assembly, adaptability to service needs, key features, repair history and prompt delivery. Technical and past performance combined are approximately equal to price. Technical will also include trade in for the used Oce 9476 Plotter/Copier at the Portland VA Medical Center IAW the Federal Management Regulation Chapter 102 Subchapter B. Past performance: vendor will have provided this product or equal to healthcare centers. Technical and past performance when combined are less important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2008) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a) (2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (End of Clause) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of equal to and concurrent with manufacturer's warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of Provision) 852.246-71INSPECTIONJAN 2008 (End of Addendum to 52.212-4)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2cff849b92dcbfa2642d8c7f8ed6878d&tab=core&_cview=1)
 
Place of Performance
Address: Portland VA Medical Center;3710 SW US Veterans Hospital Road;Portland Oregon<br />
Zip Code: 97239<br />
 
Record
SN01779789-W 20090329/090327215956-2cff849b92dcbfa2642d8c7f8ed6878d (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.