Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2014 FBO #4766
SOLICITATION NOTICE

D -- W52P1J-15-T-0003 Combined Solicitation/Synopsis_Printer and Copier Maintenance_In Bahrain

Notice Date
12/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J15T0003
 
Response Due
1/8/2015
 
Archive Date
2/8/2015
 
Point of Contact
james w boutchyard, 309-782-2492
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(james.w.boutchyard.mil@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. Request for Quote W52P1J-15-T-0003 1. This is a combined synopsis/solicitation for commercial services 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. 2. The U.S. Army Contracting Command - Rock Island (ACC-RI) hereby issues this Request for Quote (RFQ) W52P1J-15-T-0003 for Copier and Printer maintenance Services, in Bahrain in support of the U.S. Surface Deployment and Distribution Command (SDDC), 831st Transportation Battalion (831st TB). RFQ W52P1J-15-T-0003 is herby issued for quotes only. 3. This requirement is considered non-personal services and does not contain any inherently governmental functions. Services shall be performed in accordance with the Statement of Work (SOW), Attachment 0001. 4. This RFQ is issued as full and open on an unrestricted, competitive basis, using Simplified Acquisition Procedures pursuant to FAR Part 13. The Government intends to award a single Firm Fixed Price (FFP) contract, to the offeror who has the lowest overall quote, and can meet all service requirements within the SOW. However; if an offeror cannot provide both requirements outlined within the SOW and they have the lowest overall quote for a single Contract Line Item Number (CLIN) item (CLIN 0001 Lease and Maintenance of the three MFD (copiers) or CLIN 0002 maintenance of the 16 local networked printers), then two separate awards may be made for the lease and maintenance of the MFD (copiers) and the maintenance of the local networked printers. The Government reserves the right to award no contract at all, depending on proposed prices, and availability of funds. 5. The Government will evaluate offerors based on the lowest overall quote for the Total Evaluated Price (TEP) of the entire period of performance, inclusive of the base year, plus four one-year option periods. The TEP is calculated automatically in the pricing matrix (price summary tab) by adding the base year, and the four option years. Included into this solicitation is FAR Clause 52.217-8 quote mark Option to Extend Services quote mark. Evaluation of options under quote mark Option to Extend the Term of the Contract quote mark (FAR 52.217 -9) does not obligate the Government to exercise any option. 6. This solicitation is subject to the availability of funds. The Government reserves the right to not fund all CLINs. 7. The Period of Performance (POP) for this acquisition are as follows: *Base Period19 January 2015 - 18 January 2016 Option Period 119 January 2016 - 18 January 2017 Option Period 219 January 2017 - 18 January 2018 Option Period 319 January 2018 - 18 January 2019 Option Period 4 19 January 2019 - 18 January 2020 * The base period POP for CLIN 0001, Lease and Maintenance of the three (3) MFD (copiers) is 1 June 2015 - 18 January 2016, offerors shall adjust their quotes accordingly to the POP for this CLIN. The base period POP for CLIN 0002, Maintenance of 16 Local Networked Printers is IAW the table above (19 Jan 2015 - 18 Jan 2016). The remaining option periods for both CLINS will have the same period of performance as stated above. 8. List of Attachments: 0001- Statement of Work (SOW) 0002- Quality Assurance Surveillance Plan (QASP) 0003- Pricing Matrix 0004- Clause Addendum 9. Refer to Attachment 0004, Clause Addendum for all reference and full text clauses and provisions applicable to this solicitation. 10. The Government shall designate a Contracting Officer's Representative (COR) for this anticipated contract. The COR will operate as a representative to the Procuring Contracting Officer. The COR will be identified following contract award. The COR will monitor performance in accordance with the Quality Assurance Surveillance. 11. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract with the U.S. Government. The SAM website can be found at: www.sam.gov. Lack of registration in SAM will make an Offeror ineligible for award. 12. Commercial and Government Entity Code (CAGE Code): Offerors are requested to enter their CAGE Code on their quotes with their name and address. The CAGE Code entered must match the name and address provided. 13. Quotes shall be submitted utilizing the Pricing Matrix, attachment 0003 Instructions for filling out the Pricing matrix are contained in the Pricing Matrix's summary tab. 14. Quotes shall be sent by e-mail to Army Contracting Command - Rock Island (ACC-RI), ATTN: to the following e-mail addresses: SSG James Boutchyard James.w.Boutchyard.mil@mail.mil Mr. Donovan Buchanan Donovan.J.Buchanan.civ@mail.mil Ms. Amber Caulkins Amber.l.Caulkins.civ@mail.mil Major Dwayne Haigler Dwayne.r.haigler.mil@mail.mil 15. Offerors are cautioned to ensure their quotes are fully complete, including all fill-ins and blanks in the solicitation. 16. Quotes shall be submitted electronically via email. Proposals and related correspondence shall be provided in English. 17. An Offerors quote must be received in its entirety to be considered for award. The closing date and time for receipt of proposals is as follows: 1000 CT 8 January 2015. 18. Please submit any questions as soon as possible. Questions will be accepted until 1000 CT, 29 December 2014. Following that, no further questions will be entertained. Questions will be answered via amendment to the solicitation/synopsis. 19. All questions pertaining to this solicitation shall be submitted to SSG James Boutchyard, Contracting Specialist via email at James.W.Boutchyard.mil@mail.mil, Donovan Buchanan, Contracting Specialist via email at Donovan.J.Buchanan.civ@mail.mil, dwayne.r.haigler.mil@mail.mil and Amber Caulkins, Division Chief via email at Amber.L.Caulkins.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8038fea2abd7c2640bf82d0fbb018ab)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03592817-W 20141212/141210234819-c8038fea2abd7c2640bf82d0fbb018ab (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.