Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOLICITATION NOTICE

74 -- This is a combined synopsis/solicitation for the lease and maintenance of three (3) Multifunction Photocopier machines. This equipment shall be furnished and maintained at the Naval Support Activity (NSA) Manama, Bahrain.

Notice Date
5/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J12Q0013
 
Response Due
6/22/2012
 
Archive Date
8/21/2012
 
Point of Contact
Pamela Grys, 309-782-1388
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(pamela.m.grys.civ@mail.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. R-Request for Quote (RFQ) W52P1J-12-Q-0013; Copier Lease and Maintenance, Manama, Bahrain Response date: 28 May 2012 NAICS Code: 811212 Synopsis: This is a combined synopsis/solicitation for a commercial item acquisition 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; quotes are being requested and a written solicitation will not be issued. Request for Quote (RFQ) W52P1J-12-Q-0013 is issued as a Full and Open competition and will result in one contract award with a one (1) year base period and two (2) one-year option periods. This RFQ is issued using Simplified Acquisition Procedures and is issued for quotes only. Award shall be made to the offeror that meets the stated requirements and offers the lowest price. This requirement is for the lease and maintenance of three (3) Multifunction Photocopier machines. This equipment shall be furnished and maintained at the Naval Support Activity (NSA) Manama, Bahrain. Multifunction Photocopier Requirements: Each color photocopier machine shall have duplex network printer, copier, and scanner functions with scan to email capability Print 35 copies per minute, in color Print 40 copies per minute, in black and white Resolution: 9600 dpi level x 600 dpi Maximum original copy size: A3 2 x 500 sheets paper drawer, standard 100 sheets bypass feed tray Electronic sorting Document processor DP 710 Maximum copy volume of 3,000 copies per month Supply of consumables: Toner and Maintenance Kit (excludes supply of paper and transparencies) Full service maintenance of equipment shall be inclusive of spare parts and labor services. Machines are required to be functional at all times to support daily administrative operations. Contractor shall have a point of contact (POC) located at the NSA Bahrain, on-call during working hours of 0800 - 1600, Saturday through Thursday, for any maintenance issues, replacement of toners, re-location of equipment and other service issues requiring immediate troubleshooting. Location of equipment: Two (2) Color Multifunction Photocopiers at the NSA Bahrain, Building 290 One (1) Color Multifunction Photocopier at the NSA Bahrain, Building 343 Monthly pricing shall be provided for the following CLINs: 0001 Lease & Maintenance - Copiers 1001 Lease & Maintenance Copiers - Option Period 1 2001 Lease & Maintenance Copiers - Option Period 2 *Pricing shall be submitted for the Base Period and the two (2) one-year option periods. 0002 Contracting Manpower Reporting 1002 Contracting Manpower Reporting - Option Period 1 2002 Contracting Manpower Reporting - Option Period 2 Requirement: The contractor shall complete a Contractor Manpower Report for each quarter for performance in fiscal year 2012 in accordance with FAR Reference 52.237-4511. One report will cover the Base Period of Performance and two (2) additional reports will cover the Option Period of Performance, if exercised. The contractor is required to completely fill in all the information in the form using the following web address, http://cmra.army.mil. Reporting shall be completed by 31 October 2012. The following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253G and 10 U.S.C. 2402) 52.204-7 Central Contractor Registration Apr/2008 52.211-15 Defense Priority and Allocation Requirements Apr/2008 52.212-1 Instructions to Offerors-Commercial Items Jun/2008 52.212-3 Offerors Representations and Certifications-Commercial Items Alternate I (Oct 2010) Apr/2008 52.212-4 Contract Terms and Conditions-Commercial Items Mar/2009 52.212-5 Contract Terms and Conditions Required to Implement Statutes Executive Orders-Commercial Items Feb/2010 52.217-8 Option to Extend Services Nov/1999 52.217-9 Option to Extend the Term of the Contract Mar/2000 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.S., Proclamation, and Statutes Administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.228-3 Workers' Compensation Insurance (Defense Base Act) Apr/1984 52.232-33 Payment Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.242-13 Bankruptcy Jul/1995 52.246-4 Inspection of Services-Fixed-Price Aug/1996 52.246-4557 Material Inspection and Receiving Reports (DD Form 250) Jan/1995 Local 52.249-8 Default (Fixed-Price Supply and Service) Apr/1984 52.252-6 Authorized Deviations in Clauses Apr/1984 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Nov/2009 252.222-7002 Compliance with Local Labor Laws (Overseas) Jun/1997 252.225-7040 Contractor Personnel in the United States Central Command Area of Responsibility (Deviation 2007-O0010) Oct/2007 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States Mar/2006 252.225-7041 Correspondence in English Jun/1997 252.233-7001 Choice of Law (Overseas) Jun/1997 252.247-7023 Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631) Inspection and Acceptance and Delivery will be FOB Destination. Contractors must have a valid Cage Code in order to receive Government contracts. Quotes must be in US Dollars. Signed and dated quotes are due by 1400 (2:00 PM USA Central Time), on 28 May 2012. All quotes are to be submitted electronically to the following email address: pamela.m.grys.civ@mail.mil. Email is the only acceptable method for receiving quotes in regards to this RFQ. Questions may be addressed electronically to the following email address: pamela.m.grys.civ@mail.mil or Ms. Mitzi Wagner at email mitzi.m.wagner.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/113f56a6df505b322531a58dcb150f0f)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02753916-W 20120523/120521235816-113f56a6df505b322531a58dcb150f0f (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.