SOLICITATION NOTICE
W -- LEASE AND MAITNEANCE ON MULTI FUNCTIONAL DEVICES, AT VARIOUSLOCATIONS WITHIN NAVAL FACILITIES ENGINEERING COMMAND WASHINGTON AREA OFRESPONSIBLITY
- Notice Date
- 7/11/2012
- Notice Type
- Presolicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON,DC
- ZIP Code
- 00000
- Solicitation Number
- N4008012R0353
- Response Due
- 7/18/2012
- Archive Date
- 7/31/2012
- Point of Contact
- KARIN HULL 202 685-3190
- E-Mail Address
-
karin.hull@navy.mil
(karin.hull@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY 1. Action Code: N40080-12-R-0353 2. Date: July 11 3. Year: 2012 4. Contracting Office Zip Code: 20374 5. Classification Code for Services W Lease or Rental of Equipment 6. Contracting Office Address: U.S. Dept. of the Navy, Naval Facilities Engineering Command (NAVFAC) Washington, Acquisition, FSC PCO Branch, 1314 Harwood Street, SE, Bldg. 212, 4th Floor, Washington Navy Yard, DC 20374 7. Subject: Pre Solicitation - Lease and Maintenance of Multi Functional Devices, at Various Locations within Naval Facilities Engineering Command Washington Area 8. Solicitation number: N40080-12-R-0353 9. Estimated Dates: a) The Request for Proposal (RFP) will be posted on or about July 18, 2012. b) The proposal due date will be approximately 30 days after the RFP is posted. 10. Contact Point: Contracting Officer: Karin Hull, (202) 685-3190. 11. N/A 12. N/A 13. N/A 14. N/A 15. N/A 16. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors. Naval Facilities Engineering Command Washington (NAVFAC) has a requirement to lease Multi-Functional Devices (MFD) to perform copy, print, network scan and fax functions. The contract will provide a competitive lease agreement, maintenance costs and consumable supplies. The contract will also include a full service technical support requirement which would include performing supply changes and preventative maintenance on leased and government owned equipment i.e. printers, blotters and copiers.. Procurement Method: Contracting by Negotiation The NAICS Code for this procurement is 532420 and the annual size standard is $25.0 million. The contract term will be a base period of one year and the government reserves the right to exercise four additional option years. This contract will replace a contract for similar services awarded in 2007. The current annual contract value is $500,000.00. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. The solicitation package will be available in electronic format only, with most documents in Adobe Acrobat PDF file format. Contractors are encouraged to register for the solicitation when downloading so that they may be notified by email when or if amendments to the solicitation are issued. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33 and DFARS 252.204-7004. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or by accessing the website www.ccr.gov. The proposed Contract is Full and Open. Large business concerns are required to submit a subcontracting plan prior to award of the contract. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, safety information, and a price proposal for evaluation by the Government. Specific Evaluation Factors, submission requirements, and site visit information will be included in the RFP. The Government may award the contract without conducting discussions; therefore, the offeror's initial proposal shall contain its best terms from a price and technical standpoint. The Government reserves the right to enter into discussions if deemed necessary to obtain the best value for the Government. Award will be based on lowest price technical acceptable cost to the Government. 17. Place of contract performance: The work under this contract will be performed predominately in the Navy activities in support of the Commander, Navy Installations Command (CNIC), within a 100-mile radius of Naval District Washington (NDW), including but not limited to: - Washington Navy Yard, DC - Joint Base Annacostia-Bolling Air Force Base - Quantico, Virginia - Naval Academy Annapolis - Dahlgren Virginia - Indian Head, Maryland - Naval Observatory, Dc - Carelock, Maryland - Bethesda, Maryland - Patient River, Maryland - Suitland, Maryland - Andrews Air Force Base 18. Type Full and Open.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008012R0353/listing.html)
- Place of Performance
- Address: Naval Facilities Engineering Command Washington
- Zip Code: 1314 Harwood St SE
- Zip Code: 1314 Harwood St SE
- Record
- SN02799448-W 20120713/120711235354-16672a5fad1aa72400ddbb7203999184 (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 |