Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

W -- Lease of 18 COPIERS for DFAS Limestone

Notice Date
5/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KOACO9RL024-1
 
Archive Date
6/2/2009
 
Point of Contact
William Melendez, Phone: 614-693-1976
 
E-Mail Address
william.melendez@dfas.mil
(william.melendez@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is solicitation number KOACO9RL024-1:The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-12, Effective 04 Aug 2006 & Class Deviation 2005-o0001. This requirement is UNRESTRICTED in regard to business size. The NAICS code is 532420 and the small business size standard is $25.0 Millions. Line Item Number Description QTY Unit of Measure 0001 Leaase of 18 Canon Copier or Equivalent - see SOW 12 Months 0002 Option Year 1 Lease of 18 Canon Copier or Equivalent 12 Months 0003 Option Year 2 Lease of 18 Canon Copier or Equivalent 12 Months 0004 Option Year 3 Lease of 18 Canon Copier or Equivalent 12 Months 0005 Option Year 4 Lease of 18 Canon Copier or Equivalent 12 Months REQUESTS FOR COPIES OF THE ATTACHMENTS SHOULD BE MADE TO WILLIAM.MELENDEZ@DFAS.MIL Request for Quote (RFQ) KOACO9RL024-1 Title of Requirement: Lease of Eighteen Digital COPIERS for DFAS Limestone as Brand Name of Equivalent. Issue Date: May 21, 2009 Issued by: Point of Contact: William Melendez DFAS Contract Services Directorate 3990 East Broad Street Building 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 693-1976 Facsimile Number: (614) 693-1808 Email Address: william.melendez@dfas.mil Furnish quotes to this POC on or before the closing time/date of 9:00 A.M. EST on June 1, 2009. Facsimile and e-mail quotes are acceptable. The contract type is: Firm Fixed Price 1. Description/Intent of Work to Be performed: The intent of the Agency is to lease eighteen copiers based on the attached statement of work. Under FAR Part 8, the Government intends to award a single firm fixed price order/contract. 2. Location of Work to be Performed: Defense Finance and Accounting Service (DFAS), Limestone, Maine. 3. Anticipated Period of Performance or Delivery Schedule: From Date of Award through June 8, 2010 and includes four one year option periods. Period of Performances: POP Base YearFrom Date of Award – June 8, 2010 1st Option YearJune 9, 2010 – June 8, 2011 2nd Option YearJune 9, 2011 – June 8, 2012 3rd Option YearJune 9, 2012 – June 8, 2013 4th Option Year June 9, 2013 – June 8, 2014 4. List any applicable standards: See the statement of work (SOW) 5. Prices: A firm fixed price quote is to be made based on the requirements contained in the statement of work. Interested parties are to provide price(s) below. Period of PerformanceUnit of IssueUnit PriceTotal CLIN 0001Base Year12 Months CLIN 00021st Option Year12 Months CLIN 00032nd Option Year12 Months CLIN 00043rd Option Year12 Months CLIN 00054th Option Year 12 Months Unit price is for the lease all 18 Copiers Overall Total $ __________________________ 6. List any Acceptance Criteria: The successful offeror/awardee will be require to sign “Attachment 1” to the Statement of Work. 7. Basis for Selection: The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers will be price and past performance. •Price(s). Price will be evaluated using price analysis techniques. A single award will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. In making the best value determination, the Government will make a comparative assessment of the offerors. All quotes will be evaluated to determine that the offered price(s) reflect a technical understanding of the requirement and those considered unrealistic may be rejected. Options will be evaluated at time of award. The Government will evaluate offers for award purposes by adding the total price for all option to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 8. Payment: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod,mil/dfas and click the e-commerce link. 9. Offeror Information: Cage Code: _________________ Company Name:_________________________________________ Point of Contact: _________________________________ Telephone Number:____________________________ Email Address:_________________________________ TIN (Taxpayer Identification Number):____________________ Business Size/Classification: _____________________ Date:__________________ Statement of Work Lease of Digital Copiers INTRODUCTION: The purpose of this proposal is to lease 18 digital COPIERS to include Printing, Scanning, and Faxing capabilities and to also include up to 500,000 copies/ prints total of all 18 copiers per month beginning from Date of Award through June 8, 2010 to include four option years beginning June 9, 2010. GENERAL: 1. The contractor shall provide all labor, supervision, tools, parts, equipment, and transportation necessary to install copiers and to maintain them during the contract period at no additional charge to the Government. 2. The contractor will not be responsible for paper or staples, as DFAS Limestone will provide these items. 3. The contractor is to maintain a total of 18 toners at DFAS Limestone at all times throughout the duration of the contract. The contractor shall replace toners as needed on a will call basis to replenish stock. The total copy/print count will be monitored by the meter on each machine by the COR and Contractor. Upon completion of the contract, any remaining toners will be returned to the Contractor. 4. The contractor shall provide all necessary training to DFAS employees to operate all functions at time of installation and up to two additional training classes if needed, throughout the duration of the contract to be determined by DFAS Limestone at no additional charge to the Government. Classes will be 15 to 30 minute familiarity sessions. 5. The Copiers are to be 508 compliant (Handicap Accessible) and equipped with CAC Readers that are compatible with the existing Government Card being used at DFAS Limestone. 6. The equipment must meet all Security requirements of the Government at time of installation. RESPONSE TO SERVICE CALLS: During normal working hours (as specified by DFAS Limestone), Monday through Friday, 7:30 – 3:30 (excluding holidays observed by the Government), the contractor shall respond to verbal requests for service calls within 8 Business Hours after call is placed. The contractor's response time on a service call starts when authorized personnel of DFAS Limestone places a verbal request to the contractor for a service call. BACKUP AND REPLACEMENT EQUIPMENT: The contractor shall have backup and replacement lease equipment available. When leased equipment cannot be repaired within sixteen (16) working hours, the ordering activity may require the contractor to provide backup equipment. The contractor shall deliver backup equipment within eight (8) working hours of the ordering activity's notifying the contractor that backup equipment is required. Backup equipment must equal or exceed the performance capabilities of the equipment being replaced at no additional charge to the Government. At end of contract all Hard Drives are to be removed and become the property of the Government or will be over-written using approved government software prior to copiers being removed from DFAS Limestone. SPECIFICATIONS: Canon ImageRunner 5055 or Equivalent Digital Copier/Printer/Scanner/Fax Network Ready with Card Reader that is compatible with the existing Government Card being used at DFAS Limestone. Must meet or exceed all specifications listed in this statement of work: Type: Monochrome Digital Multifunction Imaging System: Laser Dry Electrostatic Transfer Developing System: Dry Mono Component Toner Fixing System: Induction Heating Fusing System Acceptable Originals: Sheets, books, and 3-Dimensional objects up to 4.4 lb. Max. Original Size: 11" x 17" Max. Copy Size: 11" x 17" Min. Copy Size: 3 7⁄8" x 5 7⁄8" (via Stack Bypass) Memory: Standard 1GB RAM + 40GB HDD (Shared) Max. Copy Reservation: 20 Jobs Max. Mail Boxes Supported: 100 User Inboxes, 1 Memory RX Inbox, 50 Confidential Fax Inboxes Scan Resolution: 600 x 600 dpi Copy Resolution: 1200 x 600 dpi (Interpolated) Engine Resolution: 1200 x 1200 dpi Halftone: 256 Gradations of Grey Exposure Control: Automatic or Manual (9 Levels) Copy/Print Speeds: Minimum of 55 ppm (Letter) First Copy Time: 3.3 Seconds Warm-Up Time: 30 Seconds or less from main Power off or Sleep Mode Multiple Copies: 1 to 9,999 Document Feeding Method: 100-Sheet Single Pass Duplex Scan Document Feeder (Standard) Paper Supply Standard Paper Capacity: Dual Paper Drawers (1,500 Sheets Each) Dual 550-Sheet Paper Cassettes (550 Sheets Each) 50-Sheet Stack Bypass Acceptable Paper Sizes Upper Drawers: Letter Lower Cassettes: 11" x 17", Legal, Letter, Letter-R, Statement-R, Executive Stack Bypass: 11" x 17", Legal, Letter, Letter-R, Statement-R, Executive, Free Size (37⁄8" x 57⁄8" to 115⁄8" x 17") and Envelopes Acceptable Paper Weight: 17 lb. Bond to 110 lb. Index (From All Sources) Duplexing: Standard Automatic Trayless Duplexing Magnification Standard Mode: 100% Preset Reduction: 25%, 50%, 64%, 73%, 78% Preset Enlargement: 121%, 129%, 200%, 400% Zoom Mode: Platen: 25% - 400% (In 1% Increments) Feeder: 25%- 200% (In 1%Increments) Interface Connections: 10/100Base-TX (RJ-45), USB 2.0 High Speed Power Requirements: 120V AC, 60Hz, 20A Plug: NEMA 5-20P Toner (Estimated Yield): 48,000 Impressions @ 6% Image Coverage Drum (Estimated Yield): 3,000,000 Impressions Single-Pass Duplex Scan Document Feeder Acceptable Originals: Statement to 11" x 17" Acceptable Weights: One-Sided Scanning: 11 lb. to 32 lb. Bond Two-Sided Scanning: 13 lb. to 32 lb. Bond Paper Capacity: 100 Sheets (20 lb. Bond) Original Scanning Speed: Up to 100 ipm (Letter @ 300 dpi, Two-Sided) Up to 77 ipm (Letter @ 300 dpi, One-Sided) Finisher-AD1 Number of Trays: 3 Trays Acceptable Paper Sizes: 11" x 17", Legal, Letter, Letter-R, Statement, Statement-R, Executive, Free Size (37⁄8" x 57⁄8" to 115⁄8" x 17") Acceptable Paper Weight: 17 lb. Bond to 140 lb. Index Tray Capacity Non-Collate Mode Tray A: 250 Sheets (Letter, Statement-R, Executive) 125 Sheets (11" x 17", Legal, Letter-R) Tray B: 1,300 Sheets (Letter, Statement-R, Executive) 650 Sheets (11" x 17", Legal, Letter-R) Tray C: 2,450 Sheets (Letter) 1,700 Sheets (Statement-R, Executive) 650 Sheets (11" x 17", Legal, Letter-R) Collate, Group Modes Tray B: 1,300 Sheets (Letter, Executive) 650 Sheets (11" x 17", Legal, Letter-R) Tray C: 1,700 Sheets (Letter, Executive) 650 Sheets (11" x 17", Legal, Letter-R) Staple Mode (Trays B & C) Tray B, Tray C: 1,300 Sheets/100 Sets [or 73⁄8" (188.4mm) in Height] (Letter, Executive) 650 Sheets/50 Sets [or 33⁄4" (96mm) in Height] (11" x 17", Legal, Letter-R) Paper Sizes: 11" x 17", Legal, Letter, Letter-R, Executive Staple Positions: Any Corner Staple Double Staple in Right or Left Margin Fax- Super G3 Capabilities PDF Scan to E-Mail Must be Common Criteria Certified Authentication w/LDAP Server for CAC PCL /PS Printing Capabilities HDD Data Encryption HDD Data Erase Miscellaneous: Facility Access: For the safety and security of DFAS employees the contractor shall be required to sign and abide by DFAS Workplace Violence Prevention Policy, Attachment 1. Upon award, access by the Contractor will be controlled by DFAS Limestone Security Office Personnel. The Contractor shall be required to present proper identification (valid pictured identification) and demonstrate the purpose of the visit prior to being granted access to the Site. Prior to visiting the site, the Contractor shall provide a list of employees to the Security Office to aid in contractor ID verification. Once identification and purpose of the visit is confirmed, the Contractor shall sign the visitor control log and be issued a visitor/contractor badge from the security office or warehouse. The contractor shall then be instructed to: a.Safeguard the visitor/contractor badge at all times. b.Ensure it is worn in the proper manner. c.Follow all instructions regarding facility escort requirements. d.Promptly report loss of the visitor/contractor badge to the Security Office. e.At the completion of the visit, sign out of the facility on the visitor control log and return any visitor/contractor badge issued. Payment: The contractor shall accomplish all requirements to meet the completeness, quality, and degree of professionalism to comply with the requirements set forth in this SOW. The Contractor shall submit a 2n1 invoice via the Internet monthly using the government provided Wide Area Work Flow Receiving/Acceptance System (WAWF). It is the Contractor’s responsibility to register in the Central Contract Registry (CCR) and WAWF System in order to insure prompt payment. Once invoice (2n1) are received by DFAS Limestone via WAWF, an acceptor will review the document and, if correct, accept it electronically and forward for payment. Attachment 1 WORKPLACE VIOLENCE PREVENTION POLICY CRISIS ACTION PLAN CERTIFICATION I hereby certify that I have received a copy of the DFAS Limestone Workplace Violence/Crisis Action Plan. I understand that exhibiting violent behavior, issuing threats, or otherwise indicting intent to harm someone is prohibited. I understand that violating this policy may result in disciplinary/administrative action up to, and including, termination of employment, and the possibility of criminal prosecution. I acknowledge responsibility to notify my supervisor, the COR, or security manager, regarding threats, potential threats, or acts of violence against DFAS Limestone employees and/or property. I realize that reported allegations must be made in a good-faith effort to protect employees and property. I understand that deliberate, unwarranted allegations will be viewed as an attempt to disrupt agency operations and disciplinary action may be taken against me. I acknowledge that I cannot bring anything onto DFAS Limestone property in my vehicle or on my person that can be construed or used as a dangerous weapon. I realize that DFAS Limestone has the right to search my vehicle, work area, personal possessions, or person for items that can be used or construed as a dangerous weapon. DFAS Limestone may seize any dangerous item deemed necessary under this policy. _______________________________________ Printed Name of Employee/Contractor _______________________________________ Organization/Agency Office Symbol _____________________________________________________ DateSignature of Employee _____________________________________________________ DateSignature of Security Officer CONTRACTING OFFICER’S REPRESENTATIVE (COR): The COR will act as the on-site technical point-of-contact for the Government. They will initiate requests and monitor performance. The COR’s authority is limited to technical issues and he/she is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The Government Point of Contact (COR) for this contract is: Louis Hanson Address: Defense Finance and Accounting Service DFAS Limestone 27 Arkansas Road, Suite104 Limestone, ME 04751-6216 Phone: 207-328-1119 Email: louis.hanson@dfas.mil ALTERNATE CONTRACTING OFFICER’S REPRESENTATIVE (COR): The COR will act as the on-site technical point-of-contact for the Government. They will initiate requests and monitor performance. The COR’s authority is limited to technical issues and he/she is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The Government Point of Contact (COR) for this contract is: Adam Kohler Address: Defense Finance and Accounting Service DFAS Limestone 27 Arkansas Road, Suite104 Limestone, ME 04751-6216 Phone: 207-328-1121 Email: adam.kohler@dfas.mil INVOICES: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (ref. clause 252.232.7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the ecommerce link. NOTE: Wide Area Workflow Acceptor DODAAC: Contractor prior to submitting its invoice in WAWF needs to coorinate with the GPOC/COR for this information. RFQ WILL CLOSE June 1, 2009 @ 9:00 A.M. EST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOACO9RL024-1/listing.html)
 
Place of Performance
Address: DFAS LIMESTONE, 27 ARKANSAS ROAD suite 104, Limestone, Maine, 04751-1500, United States
Zip Code: 04751-1500
 
Record
SN01825203-W 20090523/090521235823-9e019ab77eaec959d2814220fbfeb424 (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.