SOLICITATION NOTICE
J -- Neopost Maintenance - SP7000-16-Q-1021 RFQ
- Notice Date
- 8/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Document Services - Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17055, United States
- ZIP Code
- 17055
- Solicitation Number
- SP700016Q1021
- Archive Date
- 9/8/2016
- Point of Contact
- Chad R. Parent, Phone: 7176052483
- E-Mail Address
-
chad.parent@dla.mil
(chad.parent@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- SP7000-16-Q-1021 RFQ 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, in conjunction with FAR Part 13, 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 solicitation is issued as a Request for Quotation (RFQ) number SP7000-16-Q-1021. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-89 effective 15 AUG 2016, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20160811 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2016-08. The associated North American Industrial Classification System (NAICS) code is 811212 and the small business size standard is $27,500,000.00. DLA Document Services HQ, has a requirement for Neopost Maintenance for the Great Lakes Office Group starting 12/01/2016 through 11/30/2017. CLIN 0001 - Maintenance for DS1000, Envelope Feeder High Capacity, Vertical Stacker, Double Track, 2 Hi Cap Sheet Feeder w/ 2 Trolleys, Folder input, Accumulator/Folder, 2 Tray Diverter, S/N: MBM1398 CLIN 0002 - Maintenance for DS1200 Blank Station, two DS1200 Insert Feeder, DS1200 feeder High Capacity, DS1200 Folder. 2D Barcode Reeder, Envelope Conveyor Standard Capacity, DS1200 Output Vertical Stacker and DS1200 Envelope Diverter Conveyor, S/N MAH9690 CLIN 0003- Weekend Service Neopost will provide on call service, including parts as per the Neopost Premier Maintenance agreement as follows: Time Period: December 15, 2016 - January 15, 2017 Hours of Coverage: 5:00 PM Friday to 8:00 AM Monday Dates of Coverage: December 17, 18, January 7, 8, 14, 15 Coverage is NOT available: December 24, 25, 31, January 1 Neopost Service Technician will be on-site within 3 hours after call is placed. Neopost will provide DLA with cell phone number of Neopost Service Technician Devices located at DLA Document Services Indianapolis Indiana. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. FAR 52.212-1: Instructions to Offerors-Commercial Items Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be completed online at: https://www.acquisition.gov. The following provisions are included in full text: DLAD 52.233-9000 AGENCY PROTESTS (NOV 2011) (a) Companies protesting this procurement may file a protest (1) with the Contracting Officer, (2) with the Government Accountability Office (GAO), or (3) pursuant to Executive Order Number 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. (b) Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order Number 12979." (c) Defense Logistics Agency (DLA) procedures for Agency Level Protests filed under Executive Order Number 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this process is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer. Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (NOV 2011) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the Contractor (see Federal Acquisition Regulation (FAR) clause 52.233-1), or, for the Agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) The offeror should check here to opt out of this clause: [ ] Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended price for CLIN (5) Technical information (as stated below under FAR 13.106-2) (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB DESTINATION FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; in paragraph (b) the following clauses apply: FAR 52.219-28, Post Award Small Business Program Re-representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.225-7001, Buy American and Balance Payments Program DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program with Alternate I DFARS 252.247-7023, Transportation of Supplies by Sea with Alternate III Additional required clauses other than those above may be included as Addenda on the award document. All questions and inquiries should be addressed via email to the Contract Specialist POC, Chad.Parent@dla.mil - Request for Quotation Number SP7000-16-Q-1021. Offerors responding to this announcement must submit their quotation via email to Chad.Parent@dla.mil. All quotes must be received by August 24, 2016 at 9:00 AM Eastern to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SP700016Q1021/listing.html)
- Place of Performance
- Address: DLA Document Services, Indianapolis, Indiana, United States
- Record
- SN04226267-W 20160818/160816235829-0d6c6922eb19290eebff713ba47eac94 (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 |