DOCUMENT
75 -- Photo, conductors, maintenance kits - Attachment
- Notice Date
- 2/9/2015
- Notice Type
- Attachment
- NAICS
- 339940
— Office Supplies (except Paper) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V15Q0304
- Response Due
- 2/17/2015
- Archive Date
- 4/18/2015
- Point of Contact
- Dean Shumate
- E-Mail Address
-
humate@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- OMBINED SYNOPSIS SOLICITATION i.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. ii.VA101V-15-Q-0304_1 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 iv.The solicitation is set aside for small business concerns only. The applicable NAIC Code for this solicitation is 339940 and the Small Business Size limitation is 500 employees. v.The contractor shall provide a quote for the following items: OEM is being requested. CLINDescriptionKit QuantityKit Yield (Pages)Item NumberUnit PriceTotal Amount 0001LEXMARK T65X SVC MAINT24300,000 0002LEXMARK C73X FUSER MNT KIT4120,000 0003LEXMARK C73X SVC MNT KIT ITU4120,000 0004LEXMARK C734/C736 WASTE TONER1625,000 0005LEXMARK MX91X SVC FUSER5720,000 0006LEXMARK MX91X SVC MAINTKIT ITU11300,000 0007MAINT KIT 110V HP LJ P2035/P20553150,000 0008MAINT KIT 110V OEM PARTS CLJ 26053200,000 Grand Total: Delivery Adddress:1/2 OF THE TOTAL ORDER IS TO BE SHIPPED IMMEDIATELY UPON Department of Veteran Affairs RECEIPT OF SIGNING CONTRACT AGREEMENT. VBA, Chicago Regional Office1/4 OF THE REMAINING ORDER IS TO SHIP THE WEEK OF 04/01/15. Attn: Mitch Wilson 1/4 OF THE REMAINING ORDER IS TO SHIP THE WEEK OF 07/01/15 2122. W. Taylor St. Chicago, IL 60612 312-980-4211 vi.Description of Requirement Maintenance kits required for Chicago Regional Office printer/copier. 1.Performance Period: 30 days After Receipt of Order (ARO) 2.Type of Contract: The government contemplates award of a firm fixed-price contract for the required commodities. vii.Clauses: 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS- BY REFERENCE 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any VAAR (48 CFR Chapter FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of 12 months, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. (End of Clause) 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that- (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (December 2014) a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.212-5 By Reference: 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) 52.204-14, Service Contract Reporting Requirements (Jan 2014) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Jul 2014) 52.222-37, Employment Reports on Veterans (JUL 2014) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (End of Provision) 52.212-2 Evaluation-Commercial Items (a) This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest 19.1405 Service-disabled veteran-owned small business set-aside procedures. (a) The contracting officer may set-aside acquisitions exceeding the micro-purchase threshold for competition restricted to service-disabled veteran-owned small business concerns when the requirements of paragraph (b) of this section can be satisfied. The contracting officer shall consider service-disabled veteran-owned small business set-asides before considering service-disabled veteran-owned small business sole source awards (see 19.1406). (b) To set aside an acquisition for competition restricted to service-disabled veteran-owned small business concerns, the contracting officer must have a reasonable expectation that- (1) Offers will be received from two or more service-disabled veteran-owned small business concerns; and (2) Award will be made at a fair market price. (c) If the contracting officer receives only one acceptable offer from a service-disabled veteran-owned small business concern in response to a set-aside, the contracting officer should make an award to that concern. If the contracting officer receives no acceptable offers from service-disabled veteran-owned small business concerns, the service-disabled veteran-owned set-aside shall be withdrawn and the requirement, if still valid, set aside for small business concerns, as appropriate (see Subpart 19.5). (d) The procedures at 19.202-1 and, except for acquisitions not exceeding the simplified acquisition threshold, at 19.402 apply to this section. When the SBA intends to appeal a contracting officer's decision to reject a recommendation of the SBA procurement center representative (or, if a procurement center representative is not assigned, see 19.402(a)) to set aside an acquisition for competition restricted to service-disabled veteran-owned small business concerns, the SBA procurement center representative shall notify the contracting officer, in writing, of its intent within 5 working days of receiving the contracting officer's notice of rejection. Upon receipt of notice of SBA's intent to appeal, the contracting officer shall suspend action on the acquisition unless the head of the contracting activity makes a written determination that urgent and compelling circumstances, which significantly affect the interests of the Government, exist. Within 15 working days of SBA's notification to the contracting officer, SBA shall file its formal appeal with the head of the contracting activity, or that agency may consider the appeal withdrawn. The head of the contracting activity shall reply to SBA within 15 working days of receiving the appeal. The decision of the head of the contracting activity shall be final. viii.N/A ix.N/A x.Offers are due not later than February 17, 2015 by 12:00PM Central Time. Offers may be submitted electronically to dean.shumate@va.gov. Offers may be submitted by mail to the following address Department of Veterans Affairs Support Services Division Attn: Dean Shumate, Contracting Officer 2122 W. Taylor St. Chicago, IL 60612 xi.For additional information, please contact the Contracting Officer, Dean Shumate at (312) 980-4224, or by e-mail to dean.shumate@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V15Q0304/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-15-Q-0304 VA101V-15-Q-0304_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1855225&FileName=VA101V-15-Q-0304-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1855225&FileName=VA101V-15-Q-0304-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-15-Q-0304 VA101V-15-Q-0304_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1855225&FileName=VA101V-15-Q-0304-002.docx)
- Place of Performance
- Address: Department of Veteran Affairs;VBA/Chicago Regional Office;Chicago, IL
- Zip Code: 60612
- Zip Code: 60612
- Record
- SN03637930-W 20150211/150209235409-71e44a55f12e54d400da2a3e40e80d87 (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 |