MODIFICATION
70 -- On-Site Maintenance of Government-Owned Facsimilie Transceivers
- Notice Date
- 12/1/2009
- Notice Type
- Modification/Amendment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-RFQ-10-1082
- Archive Date
- 12/19/2009
- Point of Contact
- Katie Cooney, Phone: 4109659476
- E-Mail Address
-
katie.cooney@ssa.gov
(katie.cooney@ssa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- UPDATE NOTE: ANY VENDOR THAT HAS PREVIOUSLY SUBMITTED A QUOTE TO THIS RFQ DOES NOT NEED TO RE-SUBMIT. The Social Security Administration (SSA) is seeking quotations for on-site maintenance of government-owned facsimile transceivers (760) that are located throughout the Headquarters campus and outlying buildings in Baltimore, Maryland; Washington, DC; and the OHA Headquarter in Falls Church, Virginia. This notice is a combined synopsis/solicitation for commercial items (as defined by Federal Acquisition Regulation (FAR) 2.101) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a small business set aside. This announcement constitutes the only solicitation; quotations are being requested at this time. A written request for quotation (RFQ) will not be issued. This acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. Any responsible Small Business source may submit a quotation, which shall be considered. The solicitation number is SSA-RFQ-10-1082 AMD 1. OBJECTIVE: The objective of this solicitation is to obtain firm fixed pricing for a base year with three option years, for on-site maintenance on five models of facsimile transceivers. This is a small business set aside. The vendor shall provide on-site maintenance, labor, documentation of problems and needed services, repair parts, maintenance supplies, tools, test equipment, transportation and other related services to keep the facsimile transceivers in good operating condition. This requirement will have the flexibility to increase and decrease quantities; and, the flexibility to add, delete, and change the make, model, and serial numbers for those transceivers requiring or no longer requiring onsite maintenance during the period of the contract. The following is a list of transceivers that require maintenance at the start of the contract: Brother Models 2500, 3550, 4000ML, 4500ML, 4550, 6550, 6650; Panasonic Models UF-770, UF-880, UF-885, UF-890, UF-8000; Pitney Bowes Model 9910; Ricoh Model 2800M, 3700, 4500L; Xerox Model 7041. See Statement of Work (SOW) attached for details. TERMS AND CONDITIONS: The provisions of FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009) are incorporated by reference. FAR 52.212-5 (SEPT 2009) applies as follows: (b)(1), (b)(10), (b)(12), (b)(14), (b)(18), (b)(19), (b)(20), (b)(21), (b)(22), (b)(23), (b)(24), (b)(25), (b)(26), (b)(34), (b)(39), (b)(42), (c)(5). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000). The following Agency Specific clause applies: AS 0401 - Security and Suitability Requirements. (See attached) INSTRUCTIONS FOR SUBMITTING QUOTATIONS: The provisions of FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008) applies and is hereby tailored as follows: Paragraph (a) The NAICS Code is 811212. Paragraph (b)(8) - A completed copy of the representations and certifications at FAR 52.212-3 (AUG 2009 version) is required as part of the quote. If the vendor has not completed the annual representations and certifications electronically at http://orca.bpn.gov, then a completed copy of the provision at 52.212-3 may be downloaded from http://www.acqnet.gov/far/loadmainre.html must be submited. Paragraphs (e), (h) and (I) do not apply to this acquisition. Vendor must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the vendor is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The following additional information applies: All quotes shall include a response to each section of the SOW as to how the vendor intends to meet the requirement, a price quote, a copy of the vendors' most recently published price list(s), a Data Universal Numbering System (DUNS) number, and the Technical Support Number for maintenance calls. Any shipments associated with the purchase order award shall be on an F.O.B. destination. Quotations should be sent electronically to Katie.Cooney@ssa.gov no later than 2:00 p.m. EST on Friday December 4, 2009; reference SSA-RFQ-10-1082 AMD 1. Telephone calls and faxed quotations will not be accepted. EVALUATION CRITERIA: The provisions of FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) (Custom Tailored), for evaluation purposes, the Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforms to the requirements of the solicitation in terms of technical acceptability and lowest price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-10-1082/listing.html)
- Place of Performance
- Address: Various, United States
- Record
- SN02013676-W 20091203/091201235344-5e7388fe1edbc1578b7a0662b904cb3e (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 |