SOLICITATION NOTICE
J -- Copier Maintenance - Statement of Work
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
- ZIP Code
- 27531
- Solicitation Number
- FA4809-12-Q-0005A
- Point of Contact
- Charlton C. Mason, Phone: 9197221553, John L. MCCOMAS, Phone: 919-722-1766
- E-Mail Address
-
Charlton.Mason@SeymourJohnson.Af.Mil, john.mccomas@seymourjohnson.af.mil
(Charlton.Mason@SeymourJohnson.Af.Mil, john.mccomas@seymourjohnson.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- All services will be performed In Accordance With (IAW) the Statement of Work. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-58. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business set-aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-12-Q-0005A. The NAICS code 811212 applies to this solicitation. The size standard is $25 M. The item description is as follows: Provide maintenance for 12 copiers in accordance with the Statement of Work (SOW) for a base year with four (4) one (1) year option periods for the specified copiers listed below. COPIER DESCRIPTION Copier Type of Copier- Konica Minolta Est. # of Pgs/Year (Meter Reading) Peds KM 363 32,561 Mental Health KM 363 30,000 Pharmacy KM 363 25,000 Orderly room KM 363 22,654 RMO KM 363 13,119 BIO KM 363 8,486 Logistics KM 363 6,927 Tri-Care KM 601 205,883 Family Med KM 601 43,789 Flight Med KM 601 26,816 Public Health KM 601 21,698 Dental KM 601 16,331 Insert pricing on the below Offer schedule. CLIN's 0002, 1002, 2002, 3002 & 4002 are not to be priced and the Government will fund in the amounts shown below. CLIN DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 0001 Provide Maintenance For 12 Copiers IAW the SOW. Calls 36 NTE 0002 Replacement Parts IAW SOW Para 2.5 Lump Sum 1 $1,000.00 $1,000.00 NTE 1001 Provide Maintenance For 12 Copiers IAW the SOW. (Option Year 1) Calls 36 NTE 1002 Replacement Parts IAW SOW Para 2.5 (Option Year 1) Lump Sum 1 $1,000.00 $1,000.00 NTE 2001 Provide Maintenance For 12 Copiers IAW the SOW. (Option Year 2) Calls 36 NTE 2002 Replacement Parts IAW SOW Para 2.5 (Option Year 2) Lump Sum 1 $1,000.00 $1,000.00 NTE 3001 Provide Maintenance For 12 Copiers IAW the SOW. (Option Year 3) Calls 36 NTE 3002 Replacement Parts IAW SOW Para 2.5 (Option Year 3) Lump Sum 1 $1,000.00 $1,000.00 NTE 4001 Provide Maintenance For 12 Copiers IAW the SOW. (Option Year 4) Calls 36 NTE 4002 Replacement Parts IAW SOW Para 2.5 (Option Year 4) Lump Sum 1 $1,000.00 $1,000.00 NTE TOTAL *NTE= NOT TO EXCEED The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price. 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, FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.204-8 Annual Representations and Certifications, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.217-8 Option to Extend Services, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-6 Notice of Total 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 52.22-26 Equal Opportunity, FAR 52.222-36 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 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 (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alternate A Required Central Contractor Registration, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000, Material Inspection and Receiving Report. AFFARS 5352.201-9101, Ombudsman (Kristian Ellingsen. 129 Andrews St, Langley AFB, VA 23665. (757)764-5373. Kristian.Ellingsen@langley.af.mil). Primary Point of Contact is SSgt Charlton Mason at (919) 722-1553 and Alternate is MSgt John McComas at (919) 722-1766. Mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT Wednesday, 8 August, 2012 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-12-Q-0005A/listing.html)
- Place of Performance
- Address: 1050 Jabara Ave, Seymour Johnson AFB, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN02819680-W 20120801/120730235136-02d3d20dfb124b2a58e8a09ea8495a53 (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 |