SOLICITATION NOTICE
R -- Maintenance of Kyocera Photocopiers - Package #1 - Package #2
- Notice Date
- 6/18/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL13RQ345-1394-757
- Archive Date
- 7/16/2013
- Point of Contact
- Carmelita C. Lariba, Phone: 202-693-4584
- E-Mail Address
-
lariba.carmelita.c@dol.gov
(lariba.carmelita.c@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire Statement of Work The Department of Labor, Office of Procurement Services (OPS) intends to solicit a FFP quote for maintenance of DOL's existing Kyocera photocopiers. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources that are determined a small business in accordance with the NAICS code referenced herein may submit a quote. This is 100% small business set-aside using the NAICS 811212 with a business size standard $25.5 million. 2. RFQ number DOL13RQ345-1394-757 applies and is issued as a request for quotation (RFQ). Offerors must be registered in the System for Award Management at www.sam.gov, in order to be considered for award. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced contract for base year period plus four option year period, resulting from this RFQ. 4. This acquisition is a 100% small business set-aside under the NAICS 811212. All responsible sources may submit a quotation NLT the closing date stated in the solicitation and will be considered by the Agency. The DOL Office of Procurement Services intends to award a Firm Fixed Price purchase order resulting from this RFQ. 5. Description of supplies: Please refer to Attachment A-Statement of Work or as stated below. Inclusive maintenance for the following existing Kyocera photocopiers under Table 1 - Kyocera Copier Model, Serial Number, & Location MODEL SERIAL NO Room Location KM-6030 J3015964 N-5404 KM-6030 J3015941 N-5104 KM-6030 J3015943 N-5411 KM-6030 J30159658 N-5419 TA-5500i NLR2100118 N-5101 Period of Performance: Base Year period: Oct 1, 2013 - Sep 30, 2014 Option Year 1: Oct 1, 2014 - Sep 30, 2015 Option Year 2: Oct 1, 2015 - Sep 30, 2016 Option Year 3: Oct 1, 2016 - Sep 30, 2017 Option Year 4: Oct 1, 2017 - Sep 30, 2018 This procurement will be processed utilizing the Lowest Price Technically Acceptable quote, based on the following factors: (1) Technical (a) Specifications- The offeror has to describe their quote in accordance with the specifications outlined in the attached CLINs for base year period plus four option year periods. Descriptive literature is acceptable. (b) Required delivery date of Oct 1, 2013. (c) Past Performance - The Offeror shall submit past performance information. The Government will evaluate past performance of two (2) previous contracts for current relevancy (3 years), with at least one (1) previous or current contract with relevancy within the past 12 months based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire, Attachment B. (2) Price - The Offeror has to complete the CLINs attached, with their item, proposed unit price and total and signed quote. Quotes must be evaluated technically acceptable based on the criteria above, to be considered for further evaluation for award under the factor price. All required documents must be included with the quote to be determined responsive and evaluated technically acceptable. 6. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price, in accordance with FAR Part 13.106-2 "Evaluation of Quotations or Offers." Basis of Award (a) The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. Award will be made on the basis of the lowest evaluated price (LPTA) of quotes meeting or exceeding the acceptability standards for non-cost factors. Technical quotes must be determined technically acceptable for further consideration for award. Technical subfactors (a) and (b) must be determined technically acceptable to be determined technically acceptable under the factor Technical. Offerors must distribute the past performance questionnaire to their present or past customers. The Offeror's present or past customers will complete the past performance questionnaire and submit the past performance information directly to Carmelita C. Lariba at lariba.carmelita.c@dol.gov for evaluation under the factor Past Performance. Price will be evaluated separately. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 7. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil ) 8. Submit the following documents in response to this RFQ: a. Signed quotation Cover Page (See attached document) b. Technical Capability Statement in accordance with the Statement of Work or the line item numbers defined in this combined synopsis solicitation. c. Signed complete and accurate Price Quotation (Attachment A) d. Past Performance (Attachment B) 9. Offers are due on the closing data stated in the FBO. All questions/inquiries must be submitted to the contracting officer via (e-mail) not later than two days before the closing date. Submit offers or any questions to the attention of Carmelita C. Lariba at lariba.carmelita.c@dol.gov. Offerors who fail to complete and submit the requirements above may be considered non-responsive and will not be considered for further evaluation under the factors technical and price. The following FAR Provisions and Clauses will be utilized: 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation--Commercial Items 52.212-3 Offeror Representations and Certifications--Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL13RQ345-1394-757/listing.html)
- Place of Performance
- Address: Frances Perkins Building, 200 Constitution Ave NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03092699-W 20130620/130618235105-4057bad1474faddc46bdd7ed48fe6e34 (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 |