Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

J -- BPA - Copier Maintenance and Supplies - Tucson Sector OBP - ATTACHMENT ONE (1): Tucson Sector Copiers Listing - Statement of Work (SOW) - ATTACHMENT TWO (2): Sample BPA Pricing List

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
20076705
 
Archive Date
9/8/2013
 
Point of Contact
Frank S. Duarte, Phone: 520-407-2812
 
E-Mail Address
frank.s.duarte@cbp.dhs.gov
(frank.s.duarte@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sample BPA Pricing List Statement of Work (SOW) - Copier Maintenance and Supplies Tucson Sector Copiers Listing Synopsis - SOLICITATION 20076705 Blanket Purchase Agreement (BPA) - Copier Maintenance and Supplies This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 20076705 and is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. This is a total Small Business Set-Aside Competition with a North American Industrial Classification Systems (NAICS) of 811212- Computer and Office Machinery Repair and Maintenance. The associated NAICS of 811212 has a Small Business Size Standard of 500 employees. Contractors are required to identify their company's business size. The solicitation will start on the date it is posted and will end on August 24, 2013 at 16:00 Eastern Time. ***Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted directly to the listed Point of Contact in the solicitation documents. Questions not received within a reasonable time prior to close of the solicitation may not be considered. *** DESCRIPTION OF AGREEMENT The US Customs and Border Protection, Office of Border Patrol Headquarters, Tucson Sector (Tucson Sector OBP) intends to establish a single award Blanket Purchase Agreement (BPA) to fulfill this requirement; however, the Government reserves the right to not award any BPA and does not guarantee any order placements. The resultant BPA award will be four (4) years in duration with an aggregate total Not-To-Exceed ceiling amount of $210,000.00. The Government anticipates award of a BPA within 30 days of receipt of quotes. The Government is obligated only to the extent of the authorized orders made under the BPA. Requirement Overview Contractor shall furnish Copier Machine Maintenance and Supplies as described and outlined in the attached Statement of Work (SOW), during the period of performance specified, to the Tucson Sector OBP, at the locations as provided in the SOW and as outlined in Attachment One (1) to this solicitation. Requirements shall be furnished if and when requested by the Contracting Officer (CO), the designated Contracting Officer Representative (COR) or authorized Government Representative (POC) acting within their scope of delegated procurement authority. SECTION I: Requisition Office Information Primary Requisitioning Office for this BPA: US Customs and Border Protection Agency Tucson Sector Acquisition Management Branch (AMB) 2430 South Swan Road Tucson AZ 85711 - Includes all Tucson Sector OBP surrounding stations and area of operation as outlined in SOW. SECTION II: Purpose Product, Service, or Outcome Needed: The Tucson Sector OBP owns ninety-five (95) copiers throughout its area of operations, as described in the accompanying Statement of Work (SOW). These copiers are not governed by or operated under any commercial lease agreement for supplies or services, and it is intended for this BPA to establish a single vendor for all requirements. In the spirit of the Federal Acquisition Streamlining Act, the US Customs and Border Protection Agency intends to enter into a single-award agreement to further reduce the administrative costs of acquiring copier services. BPA's eliminate contracting and open market costs such as: the search for sources; the development of technical documents and solicitations; and the evaluation of bids and offers. Contractor Teaming Arrangements are permitted in accordance with Federal Acquisition Regulation (FAR) Subpart 13.303. This BPA will further decrease costs, reduce paperwork and save time by eliminating the need for repetitive, individual purchases from the Contractor. The end result is to create a purchasing mechanism for the Government that works better and costs less. SECTION III: Background The Tucson Sector OBP has a requirement for the maintenance of and furnishing of supplies for ninety-five (95) government-owned copiers located throughout the listed locations within the SOW. Attachment One (1) to this solicitation provides complete listing of copiers throughout the area of responsibility. SECTION IV: Requirements All requirements are fully outlined and described in the SOW, including the type of services and supplies that will be typically required. The SOW must be read and understood in its entirety. Pricing: All offerors must provide pricing for each line item of service or supply as outlined in the SOW, so that individual orders or that service or supply can be easily acquired throughout the life of the BPA. A representative sample pricing list is included as Attachment Two (2) to this solicitation. There are no loading docks or other loading/unloading facilities at any of the delivery locations and the Contractor shall be responsible for the proper offload and delivery of materials and supplies, by use of a handcart of other such Contractor-provided equipment. Government personnel and/or equipment will not be available to assist in delivering or offloading and unloading of materials. Ordering Procedures: When services or supplies are required, they shall be ordered from the BPA under the existing pricing, and as outlined in the SOW. All services shall be commenced within 24 hours after notification of requirement and/or as directed by the SOW. All supplies shall be provided within 72 hours after notification of requirement. Government purchase card orders will be authorized. A list of personnel authorized to order via government purchase card will be provided at award. Funding: This BPA does not obligate any funds nor authorize any services or supplies. The Government is obligated only to the extent of funds obligated on authorized delivery orders issued under this BPA by the BPA Contracting Officer and Purchase Card holder as will be outlined in the award documentation. The volume of orders through this BPA will have no minimum limit. The Government is under no obligation to the BPA holder to purchase any specified quantity of products or services. Each line item shall be separately priced to ensure fully loaded pricing is provided. Accounting and Appropriation Data: Accounting and appropriation data will be provided at the Delivery Order level. BPA Ceiling: The BPA will have a total ceiling amount of $210,000.00 for the awardee. Price Reductions: The Contractor may offer on this BPA at any time, temporary, one-time, or intermittent price reductions of any line item stated in the BPA Pricing Table. Location of Services/Deliveries: As outlined in the SOW. Anticipated Requirements: As outlined in the SOW. Special Requirements: SECURITY: The Tucson Sector OBP will be responsible for facility security. The Contractor supporting this action will employ and utilize only US Citizens, free of criminal convictions. All Contractor representatives are subject to security clearance/screening that will be completed at award, and at every anniversary year thereafter as required. In advance of performance on the Agreement, and within 15 days after award, the Contractor shall submit to the Contracting Officer Representative (COR) the names of the prospective representatives to include Social Security Number, Date of Birth, and Driver's License number. The Contractor shall be responsible for all internal security of equipment and supplies. The Contractor shall comply with the DHS/CBP Administrative, Physical, and Technical Security controls to ensure the Government's security requirements are met. Those directives will be provided at award. SECTION V: Period of Performance The period of performance of this BPA shall be for a total of four (4) years or up to the maximum order limitation of $210,000.00, whichever is sooner. Line Item Pricing for requirements and supplies shall be provided in a separately attached BPA PRICE LIST (See Attachment Two (2) to this solicitation for sample): October 14, 2013 - September 30, 2014 Initial Year October 1, 2014 - September 30, 2014 - Second Year October 1, 2015 - September 30, 2016 - Third Year October 1, 2016 - September 30, 2017 - Fourth Year BPA will be reviewed annually at each anniversary period to determine if follow-on years will be continued and/or required. SECTION VI: Government Furnished Resources and Information All copiers to be serviced under this agreement are property of the US Government and as such will be listed as Government Furnished Equipment (GFE). Complete listing is provided within the SOW. SECTION VII: Evaluation Factors Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, unrealistically high or low in price, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors. See below Federal Acquisition Regulation (FAR) Clause 52.212-2 Evaluation Criteria to be used in evaluation for this award. I.1 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors (with associated sub-factors) shall be used to evaluate offers: 1) Technical Approach; 2) Past Performance and: 3) Price. FACTORS (all considered equal): 1. Technical Approach a. Capability to provide the services and products required. b. Distribution Capability c. Services Methodology 2. Past Performance a. Offerors shall provide not more than three (3) contracts/orders where the Offeror has performed similar requirements in the past three (3) years. These projects/contracts/orders can include those performed for the federal, state, and local governments, commercial industry and those performed for private organizations. b. The Government may obtain Past Performance information from other than the sources identified by the Offeror. 3. Price a. Fully burdened line item pricing. Individual line item pricing will be evaluated to ensure that all costs associated with providing the requested service, including labor, manufacture, set-up and delivery, is included in the final price for each item. b. Price will be evaluated for reasonableness and cost realism. Lowest price shall be determined at the line item cost level. c. Offerors must complete a BPA pricing worksheet. Complete one sheet for each year. (b) Options. Not applicable. The Government will review the BPA annually for updates. (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) SECTION VIII: Proposal Submission Emailed submissions must be received at frank.s.duarte@dhs.gov no later than ___08/24/2013_____ at 16:00 PM EST. Subject line of the email should read "RFQ 20076705." Emailed submissions must be in separate attachments and clearly indicate what is being provided. The Government reserves the right to disregard any additional attachments without notification to any Offeror. Due to CBP restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. Submissions must be received no later than the exact time specified in the solicitations to be considered for award. Time of receipt will be determined by the government's email receipt time. It is the quoting firm's responsibility to ensure this is done according to the above restrictions. Price for each item (Attachment 1 to SOW - Sample BPA Price List) Offerors shall provide total price per line item (units EA) as reflected in the sample BPA Pricing Table, attached to this solicitation. Offeror may devise their own Pricing Table, but all pricing must be fully-burdened rates and include the required items of service/products. Prices quoted shall be FOB destination and must reflect the total price (including all shipping and handling prices) to the Government for that line item of product or service. Vendors may at any time, offer additional temporary, one-time, or intermittent volume price reductions of any end product or service stated in the BPA Pricing Table. SECTION IX: Contract Administrative Data BPA Tucson Sector OBP POC: To be provided upon award. BPA Contracting Officer Representative (COR): To be provided upon award BPA Contracting Officer (CO): Frank S. Duarte BECD Mountain Branch Phone: (520) 407-2812 Email: frank.s.duarte@dhs.gov SECTION X: Solicitation Clauses 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov. FAR 52.212-1, Instructions to Offeror - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): FAR 52.209-5 Certification Regarding Responsibility Matters. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.214-34 Submission of Offers in the English Language. FAR 52.214-35 Submission of Offers in U.S. Currency. FAR 52.219-1 Small Business Program Representations. FAR 52.222-41 Service Contract Act of 1965. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.245-1 - Government Property. FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-13; FAR 52.232-34. Section XI: Additional Info Contracting Office Address: 4760 N Oracle Road, Suite 100, Tucson AZ 85705 Solicitation Point of Contact: Frank S. Duarte, Contracting Officer, Phone: 520-407-2812, Fax: 520-407-2810, Email: frank.s.duarte@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20076705/listing.html)
 
Place of Performance
Address: US Customs and Border Protection Agency, Tucson Sector Acquisition Management Branch (AMB), 2430 South Swan Road, - and surrounding locations as per SOW, Tucson, Arizona, 85711, United States
Zip Code: 85711
 
Record
SN03146908-W 20130815/130813235437-cf53c0b1278b8154cbd85d47d0ab5f78 (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.