SOLICITATION NOTICE
J -- CANON MICROGRAPHICS READERPRINTER MAINTENANCE - (Draft)
- Notice Date
- 6/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-11-Q-0048
- Archive Date
- 7/30/2011
- Point of Contact
- Kevin Schumacher, Phone: 314-801-0596
- E-Mail Address
-
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Complete Synopsys/Solicitation with Attachment and all Clauses NATIONAL ARCHIVES AND RECORDS ADMINISTRATION REQUEST FOR QUOTES (48) CANON MICROGRAPHICS READERPRINTER MAINTENANCE NATIONAL PERSONNEL RECORDS CENTER NAMA-11-Q-0048 This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-11-Q-0048 This Request for Quotation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective May 31, 2011. This acquisition is set aside 100% for small business. The NAICS code and the small business size standard are 811212 Computer and Office Machine Repair and Maintenance and $23 million, respectively. The Offerors must state in their quote their size standard for this procurement. All qualified responsible small business sources may submit a quote which will be considered by the agency. The period of performance is: October 11 2011 through October 10, 2012 and four (4) one (1) year option periods. This will be a firm-fixed price contract. The purpose of this contract is to provide maintenance and repair services for Canon Reader/Printers at the National Archives and Records Administration (NARA), National Personnel Records Center, 1 Archive Drive, St. Louis, MO 63138. During the base year, contract line item (CLIN) 0001 is for the base year period of performance October 11, 2011 through October 10, 2012. Option periods may be exercised as provided for in FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Exercise of options is contingent upon availability of funds for the option period of performance (FAR 52.232-18, Availability of Funds) (APR 1984). The Offeror must price each CLIN as a monthly price and extended amount for maintenance of the entire CLIN quantity for the base and each option year. Provide Pricing for the following: NOTE: For Evaluation Purposes, insert labor categories and unit prices quoted for each labor group to perform this contract in the space provided below this paragraph. All hourly wages must be in accordance with the Department of Labor Wages WD 05-2309 Rev 11 Dated 06/13/2011. Other wages refers to Health & Welfare added to hourly wage. Labor Category________ Hourly Wage__________ (___) Total other (____)Total Paid_____ Labor Category________ Hourly Wage__________ (___) Total other (____)Total Paid_____ Labor Category________ Hourly Wage__________ (___) Total other (____)Total Paid_____ (Insert wages as necessary to show all labor categories for Quoters performance. Use same labor categories as listed in attached DOL Wages WD 05-2309 Rev 11/attached). Price Table Vendor Name_____________________________________________________________ The Task Order Price will be determined by summing the individual line prices. PWS = Performance Work Statement; NTE = Not to Exceed. 0001 (Base Year): Maintenance, repair, and rebuilding of 48 Canon MS 400 microfiche reader/printers as per the PWS; Qty. 12 Months. Unit Months. Unit Price Cost per Month ____ NTE Price Base Year __________ 0002 (Option Year 1): Maintenance, repair, and rebuilding of 48 Canon MS 400 microfiche reader/printers as per the PWS; Qty. 12 Months. Unit Months. Unit Price Cost per Month ____ NTE Price Opt Year __________ 0003 (Option Year 2): Maintenance, repair, and rebuilding of 48 Canon MS 400 microfiche reader/printers as per the PWS; Qty. 12 Months. Unit Price Cost per Month ____ NTE Price Opt Year __________ 0004 (Option Year 3): Maintenance, repair, and rebuilding of 48 Canon MS 400 microfiche reader/printers as per the PWS; Qty. 12 Months. Unit Months. Unit Price Cost per Month ____ NTE Price Opt Year __________ 0005 (Option Year 4): Maintenance, repair, and rebuilding of 48 Canon MS 400 microfiche reader/printers; 48 Canon MS 400 microfiche reader/printers as per the PWS; Qty. 12 Months. Qty. 12 Months. Unit Months. Unit Price Cost per Month ____ NTE Price Opt Year __________ Total Cost Quoted Base Plus 4 Option Years__________ PERFORMANCE WORK STATEMENT (PWS) For National Archives and Records Administration At the National Personnel Records Center Purpose This Performance Work Statement outlines the project requirements to maintain, repair and rebuild 48 Canon microfiche reader/printers. This is a fixed price performance work statement. 1.0 BACKGROUND The National Archives and Records Administration (NARA) ensures ready access to the essential evidence that documents the rights of American citizens, the actions of Federal officials, and the national experience. Daily, the agency meets thousands of information needs, ensuring access to records on which the entitlements of citizens, the credibility of government, and the accuracy of history depend. 2.0 SCOPE OF WORK The contractor shall provide all labor, materials, equipment, parts (including light bulbs), test equipment, permits, fee, licenses, transportation, and tools for inspecting, reporting, servicing, and performing all preventive maintenance inspections and repairs necessary to maintain 48 Canon reader/printers in a safe a reliable operating condition. A list of individual machines follows; Canon Microfilm Scanner MS400 (48 each) - Serial numbers AB305687,AB305678, AB305704, AB305690, AB305716, AB305703, AB305680, AB305714, AB305692, AB305649, AB305700, AB305709, AB305686, AB305641, AB305705, AB305684, AB304086, AB304087, AB303998, AB304039, AB304074, AB304022, AB304052, AB304020, AB305627, AB303824, AB303774, AB303825, AB303752, AB303750, AB303773, AB303822, AB303763, AB303764, AB305651, AB305633, AB305445, AB305685, AB305448, AB305423, AB305454, AB305451, AB305432, AB305647, AB305418, AB302164, AB302161, AB305489 3.0 TASKS 3.1. Maintenance, repair and rebuilding Canon MS 400 microfiche reader/printers 3.1.1 Task: Semi Annual Preventive Maintenance on each reader/printer. Preventive maintenance must be scheduled semi-annually and performed in accordance with the reader/printer manufacturer's specifications. Preventive maintenance must include at a minimum: (1) Perform operational checks and correct any deficiencies noted in accordance with manufacturer's specifications; (2) Clean, lubricate, replace, and adjust mechanical parts in accordance with the manufacturer's specifications; (3) Replace excessively worn or defective parts. Excessively worn parts are those parts that if not replaced immediately may fail prior to the next scheduled preventive maintenance cycle; (4) Visually inspect the exterior of all readers for damage and cleanliness and report any discrepancies to the COR or his designated representatives; (5) Consult with the COR or his designated representative regarding reader performance. 3.1.2 Task: Repair and rebuild Canon MS 400 microfiche reader/printers. The Contractor must maintain, at a minimum, a 95% (less reader preventive maintenance downtime) reader uptime or in-service rate. In order to determine the uptime or in-service rate, the COR, of his designated representative, on a daily basis, will randomly check all of the readers to verify their operability and then calculate whether the 95% uptime or in-service rate is being maintained. If the equipment uptime or in-service rate drops below 95% at any time, the Contractor must furnish functionally equivalent machines in good operating condition to maintain the 95% equipment uptime or in-service rate while defective machines are being repaired. The Contractor must use only manufacturer's new original or factory refurbished replacement parts in the performance of this contract. 3.3.1 Task: Repair and rebuild Canon MS 400 microfiche reader/printers. The Contractor must maintain, at a minimum, a 95% (less reader preventive maintenance downtime) reader uptime or in-service rate. In order to determine the uptime or in-service rate, the COR, of his designated representative, on a daily basis, will randomly check all of the readers to verify their operability and then calculate whether the 95% uptime or in-service rate is being maintained. If the equipment uptime or in-service rate drops below 95% at any time, the Contractor must furnish functionally equivalent machines in good operating condition to maintain the 95% equipment uptime or in-service rate while defective machines are being repaired. The Contractor must use only manufacturer's new original or factory refurbished replacement parts in the performance of this contract. 4.0 DELIVERABLES AND DELIVERY SCHEDULE 4.1 Schedule See enclosure (1) schedule of deliverables. 4.2 Performance Measures The Contractor must perform all work within the strict terms and conditions of all existing commercial warranties (if any) on the equipment and must not perform work that would jeopardize said warranties. NARA reserves the right, during working hours and without and without notice, to inspect the Contractor's processes, procedures, deliverables, etc., during the performance of this work. 4.3 Performance Documentation Upon work completion for each Contractor visit, the Contractor must include: (1) Contract Number; (2) Date; (3) Reader Number; (4) Name of service technician; (5) Maintenance performed; (6) Equipment downtime; and (7) Signature and date from the COR or his designated representative. 4.4 Personnel The Contracting Officer/COR may request the Contractor to immediately prevent any employee(s) from performing work under this contract should it be determined that individuals performing services are disqualified for either suitability or security reasons, are found to be unfit to perform their duties, or pose an unacceptable risk to Government equipment. 4.5 Period of Performance The period of performance for the base year shall be for a period of 12 months commencing with the date of award. 4.6 Type of Contract Performance will commence on the date of award (and upon subsequent option funding). Funding for the option periods will be subject to the availability of funds. This is a fixed price contract. 5.0 Administration 5.1 NPRC Furnished Resources None. NPRC will allow access to spaces to perform work. 5.2 Place of Performance Work is to be performed on-site at the following Government installations: National Personnel Records Center 1 Archives Drive St. Louis, MO 63138 5.3 Hours of Work The reader/printers will be available for repair or maintenance on site from 8:45 AM - 5:15 PM Monday through Friday, excluding Government holidays. In the event of a reader malfunction, the Contractor will be notified by COR of his designated representative. The Contractor must respond via telephone to the COR or his designated representative within 2 hours after receipt of the telephone notification. The Contractor must service the equipment during the next two (2) working days (Monday through Friday). 5.4 Security 5.4.1 Clearance The contractor shall provide the NPRC a list of the names of all employees having access to the government's location and shall provide employees who have a completed background/ police check. This will be required for any additional personnel and replacement vacancies. While on duty, contract workers shall wear identification badges provided by the NPRC. 5.4.2 Privacy Act The contractor personnel will be given access to NPRC information on a need-to-know basis. The contractor agrees that each employee, prior to, and as a pre-condition of employment relating to the subject matter of this task, shall be informed by the contractor of the security requirements stated herein, and that each such employee shall agree (a) not to reveal, divulge, or make known any of the NPRC information mentioned above; (b) to abide by the rules and regulations outlined in Part 45, Title 28, Code of Federal Regulations, which shall be applicable to all contract employees; and (c) to comply with the protection requirements of the Privacy Act of 1974, which shall also be applicable to contract employees. 5.4.3 Points of Contact Technical Representative Brian Smith National Personnel Records Center 1 Archives Drive St. Louis, MO 63138 Phone: 314-801-9169 Fax: 314-801-0790 Brian.smith@nara.gov 5.5 Best Value - Low Price Technically Acceptable Performance Documentation (1)The offeror submitting a price quote must submit the name, address, phone number, and point of contact for three separate offices that the Technical Representative can use to contact as proof of the companies past performance. (2)The offeror submitting a price quote must submit proof of certification to work on Cannon Microfiche Reader Printers so the Technical Representative can determine that company submitting a quote will not void Cannon warranties by maintaining NARA Reader Printers. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the best value offeror that submits the lowest price technically acceptable offer. Technically acceptability will be based upon the lowest priced technically acceptable offeror, with technical acceptability based on documentation of verifiable past performance and proof of being a Cannon Warranty maintenance dealer. Each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011), with the quotation or proof of ORCA certification and DUNS. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAY 2011). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict Labor (JUN 2003), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-1 By American Act-Supplies (FEB 2009), 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (MAY 1999), 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.223-1 -- Biobased Product Certification (Dec 2007), FAR 52.223 2 Affirmative Procurement of Biobased Products Under Service Awards. (Dec 2007), 52.223-4 -- Recovered Material Certification (May 2008), FAR 52.223 17, Affirmative Procurement of EPA Designated Items in Service Awards (May 2008).and 52.233-2 Service of Protest (SEP 2006) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Jon McIver. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. CONTRACTOR NOTE: Offerors are requested to transmit inquiries via email to Kevin Schumacher, Contract Specialist at: Kevin.Schumacher@NARA.gov. Quotations may be submitted (one copy) via mail or Email to Kevin.Schumacher@NARA.gov or to: Mr. Kevin Schumacher, National Archives and Records Administration, National Personnel Records Center, 1 Archive Drive, St Louis, MO 63138 no later than July 15, 2011, by 4:00 PM CDT. Quotations must include the solicitation number, payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0048/listing.html)
- Place of Performance
- Address: National Personnel Records Center, 1Archives Drive, Saint Louis, Missouri, 63138, United States
- Zip Code: 63138
- Zip Code: 63138
- Record
- SN02485601-W 20110701/110629234945-1a3138b36ddd7f6508db7c1e10965a9f (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 |