SOLICITATION NOTICE
J -- Maintenance for Xerox 510 Printer, scanner, plotter hardware
- Notice Date
- 4/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412T0166
- Response Due
- 4/18/2012
- Archive Date
- 5/3/2012
- Point of Contact
- Jorge Cubas 619-556-5378
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-12-T-0166. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43 and DFARS-DCN 20100820. The proposed contract is 100% set aside for small business concerns. The NAICS Code 423430 and business size is 100 Employees. ************************************************************************** The Government requests responses from qualified sources capable of providing: This procurement is for the providing Maintenance for Xerox 510 Printe, scanner, plotter hardware for the Fleet Readiness Center Southwest, San Diego, CA 92135. Quotes shall be FOB destination pricing. Statement of Work: 1.SCOPE Periodic Maintenance is required at Quarterly Intervals; this type of service should only be performed by authorized service providers. 2. DURATION PERIOD OF PERFORMANCE ( POP) will be for 1 year from date of award. 3.LOCATION Printers, Scanner, Controllers are located at FRCSW North Island building 90/1 DOOR # 2 4.REQUIRED TASKS FRCSW North Island requires the provider to provide maintenance support by a Xerox certified Customer Service Engineer (CSE) to ensure the equipment stay up-to-date and technical support to ensure dependable, professional printing upon demand. The CSE will perform scheduled preventive maintenance and handle minor repair in a timely manner. The CSE will be proactive in communicating any issues and consideration that will improve the efficiency and productivity of the equipment. The contractor shall: Provide baseline evaluation and support requirements of existing and new equipment in Section 5 Provide ALL up-to-date software and firmware support within the period of performance Provide 24 hour toll free phone support within 8 hour on-site response time and automatic trouble escalation if issue goes beyond 8 hours. ( due to critical work turnaround time table ) PM every three months to be scheduled by FRCSW Provide ALL the necessary labor and parts to maintain and/or repair of the equipment in Section 5. Provide quarterly periodic maintenance as follows: oReplace / repair worn parts with genuine Xerox parts. oReplace toner cartridges, rollers, drums and filters, developers and blades oAdjust equipment to manufacture specification oProvide to the customer report of diagnostics and test performed on the equipment in Section 5. XEROX PRINTERS,SCANNER CONTROLLERS MODEL SYPS5101SN MDH 856155 CONNECTED TO UXC260232 MODEL UNIVSCANSN PKU548342SCANNER CONNECTED TO UXC260232 MODEL UNIVSCANSN UXC260232CONTROLLER MODEL SYPS5101SN MDH856883PRINTER MODEL UNIVSCANSN PUN454985CONTROLLER MODEL SYPS5101 SN MDH854647PRINTER MODEL UNIVSCANSN PUN452744CONTROLLER Vendors ™ quotes that don ™t include sufficient data for determining technical equivalency will be determined unacceptable and not considered for award. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using WAWF. Any technical questions are to be directed to: Jorge Cubas, Contract Specialist, US Navy, NAVSUP Fleet Logistics Center San Diego, Code 240, (619)556-5378, Jorge.cubas@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than 1200 (PST) on April 16, 2012. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your quotation. 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 (Deviation). FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-28 “ Post-Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 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 Claim. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.243-1 Changes ”Fixed Price “ Alt 1 FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. FISC-SD local clause 331 Review of Agency Protests (MAR 2000) FISC-SD local clause 332 Unit Prices (OCT 2001) FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004 NAVSUP Clause 5252.232-9402 Wide Area Work Flow; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 śCentral Contractor Registration ť (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contract Specialist via email: Jorge.cubas@navy.mil. Quotation information may be submitted electronically via e-mail, or by fax. Submit responses to: Jorge.cubas@navy.mil or 619-556-9782 fax. He may be reached directly at (619) 556-5378. Reference solicitation number: N00244-12-T-0166 on all documents and requests for information. Quotes must be received no later than 1200 (PST) on 18 April 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0166/listing.html)
- Record
- SN02717429-W 20120411/120409235329-cf133e6cef0afc2d9d85b47d1fa3d429 (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 |