SOLICITATION NOTICE
74 -- USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State
- Notice Date
- 5/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561439
— Other Business Service Centers (including Copy Shops)
- Contracting Office
- USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-11-Q-1035
- Response Due
- 6/1/2011
- Archive Date
- 7/31/2011
- Point of Contact
- John Ebmeier, 410-942-8468
- E-Mail Address
-
USPFO for Maryland
(john.ebmeier@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 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. TELEPHONE REQUESTS FOR INFORMATION WILL NOT BE HONORED. This is a combined synopsis/solicitation for Copier, Scanning and Printing equipment lease/rental. The associated NAICS Code for this procurement is 561439 with a small business size standard of $7.00 million. The solicitation, W912K6-10-Q-1035, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. This RFQ is being issued as 100% small business set aside. A firm fixed priced purchase agreement with one base year and four one-year option periods will be awarded. The purpose of this synopsis/solicitation is to obtain the necessary hardware and equipment needed to provide units and users of the MDNG scanning, copying, and printing capability. This project shall include all labor and materials necessary to deliver, install, and set up a multi-function device/copier that can perform the requirements found in the SOW (Scope of Work) attached. Quoted cost should be on a per copy basis. This is based on the Agency Monthly Pool - 812,000 copies (Total of All Copiers). A cost per copy is also needed in the event the Agency Monthly Pool - 812,000 copies is exceeded. If desired by the contractor, a per copy cost can be weighted based on the four copier sizes found in the SOW (Section D). The contractor shall provide with its proposal a statement of its capabilities. This statement shall demonstrate the contractors understanding of the governments needs and show how the contractor proposes to meet the contract requirements. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered: Price, Technical Capability, and Past Performance. The Government intends to evaluate quotation/offers and award a contract without discussion with offerors (except clarification and described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The following clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offers-Commercial Item any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (price, technical capability, and past performance); FAR 52.212-2 Offeror Representations and Certifications Commercial Items. Documentation can be completed at (https://orca.bpn.gov/) FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.217-8 Option to Extend Services NOV 1999; FAR 52.217-9 Option to Extend the Term of the Contract MAR 2000; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-36 Payment by Third Party; FAR 52.233-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claims; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensations of former DOD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Required Central Contractor Registration, Alternate A; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea-Alternate III. A mandatory site visit will on 18 May 2011, 10:00 a.m. and will located at Bldg 209, 13136 Desert Storm Lane, Camp Fretterd Military Reservation located in Reisterstown, MD 21136. Only vendors attending the mandatory site visit can quote on this acquisition. If additional information is required, interested parties must submit any technical questions in writing via e-mail. In response to this synopsis/solicitation all quotations/proposals must be received by 5:00 PM EST on Wednesday, 01 June 2011. TELEPHONE REQUESTS FOR INFORMATION WILL NOT BE HONORED. Please send all submission to USPFO For Maryland 301 Old Bay Lane, Havre de Grace, Maryland 21078, attn: John Ebmeier, Contracting Specialist Email john.ebmeier@us.army.mil or fax 410-942-8458.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-11-Q-1035/listing.html)
- Place of Performance
- Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
- Zip Code: 21078-4094
- Zip Code: 21078-4094
- Record
- SN02442035-W 20110508/110506234507-6b3e52e278cab199030c2e887901fc9c (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 |