SOLICITATION NOTICE
J -- Copiers & Printer Maintenance - SOW
- Notice Date
- 6/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, 4401 North Fairfax Drive, Building 212, Arlington, Virginia, 22203
- ZIP Code
- 22203
- Solicitation Number
- F15PS00677
- Archive Date
- 7/9/2015
- Point of Contact
- Cindy Salazar, Phone: (503) 872-2832
- E-Mail Address
-
Cindy_Salazar@fws.gov
(Cindy_Salazar@fws.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination for Sacramento County Statement of Work This is a Combined Synopsis/Solicitation for a base year and 4 option years lease and service of copiers and printers to include parts, labor and supply items such as staples and ink. The U.S.Fish and Wildlife Service (FWS) is in need of a responsive and professional copier service is required to ensure maintenance, operating supplies in a timely and adequate manner. The Contractor must be able to respond to deliveries, installation, software updates, operating supplies/ replacements, scheduled maintenance and incidental services during the lease period as well as emergency responses. The Contractor will provide the requirements to the FWS location of equipment located at 2800 Cottage Way, Federal Building, W-2605 second floor. Fish and Wildlife Service intends to make a single contract award for the maintenance and support of approximately seventeen (15) printer and copier devices and three (3) multi-functional fax machines. The contractor will oversee the day-to-day maintenance and report of all FWS networked printer/copiers devices listed in the equipment schedule provided in Exhibit 1. Remote network access may be made available at the discretion of FWS for the purpose of monitoring networked devises and providing meter readings. The operating lease agreement must include new equipment, full service maintenance and preventative maintenance; all operational/consumable supplies such as toner, dry ink, fuser oil and other copier supplies for the copier, except paper and staples. In addition, the lease must provide key operator training, networking functionality, security accreditation along with technical and network installation capability required for a quantity of three (3) multi-function fax machines; three (3) black and white and one (1) color multifunctional copiers; nine (9) color laser jet and two (2) black and white laser jet printers. If, at a later date, the manufacturer discontinues the equipment awarded in a category, the Contractor will be allowed to substitute another model meeting or exceeding specifications in the awarded category at the same price. Connectivity for LAN capability must be able to support industry's most current software applications, network operating systems (e.g., Windows 7 NT, XP, Netware). Copiers will be Energy Star Qualified and any additional fees will apply based on aggregated bulk copy and print count determined by commercial practices depending on the models, quotes, compared to the name brand or equal copier identified below. The equipment shall provide printed products (copies, etc.) of acceptable quality on the various types of papers normally used for photocopying purposes in an office environment. All units shall produce and contain letter, legal and one (1) oversize tray size for photocopies. Copier and Printer Requirements: Supplies: Contractor will provide copier supplies to include, but not limited to toner, surge protector or equivalent, and adaptors. Contractor shall stock the facilities with an adequate quantity of supplies for facilities in their area of responsibility (AOR). FWS shall provide an IT Specialist to work as liaison for all copier and printer services. Contractor will provide remote system to monitor the toner levels of each device to coordinate and provide delivery and supply needs convenience to area that is only accessible by security clearance or by escort. Service: Service response call will be within 2-4 hours of trouble call, and should be performed during normal working hours, 7:00 A.M. to 4 P.M, Monday -Friday. Fully trained and qualified technicians shall perform all maintenance service and be on site prepared to accomplish repairs within the required response time. Point of contact for all service and equipment problem resolution will be FWS IT Manager. This Solicitation F15PS0067 is a Combined Synopsis/Solicitation no other posting will be posted. Responses must be received on 06/24/2015 by noon (PST)to be considered. All Offerors must be registered to the System for Award Management (SAM) (previously CCR and ORCA) in accordance with FAR 52.204-7 to be considered responsive to this solicitation. The Service Contract Act will apply, the NAICS code is 532420, Total Small Business, Size Standard $32.5. Submit quotes directly to Cindy Salazar, Contract Specialist (503) 872-2832, send by email: cindy_salazar@fws.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00677/listing.html)
- Place of Performance
- Address: 2800 Cottage Way, Federal Building, W-2605, Second Floor, Sacramento, California, 95825, United States
- Zip Code: 95825
- Zip Code: 95825
- Record
- SN03760256-W 20150612/150610235822-e7692f760206984ebde462c2e5f349ed (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 |