SOLICITATION NOTICE
J -- Maintenance Repair and Supplies for 43 Government owned Ricoh office copiers at USPACOM.
- Notice Date
- 8/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060416T3184
- Response Due
- 8/31/2016
- Archive Date
- 9/15/2016
- Point of Contact
- Tom McLain 808-473-7582
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3184. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89-1 and DFARS Publication Notice 20160811. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811212 and the Small Business Standard is $27.5M. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources located on Oahu Hawaii and capable of providing maintenance, parts and supplies for 43 Ricoh office copiers in accordance with (IAW) Attachment 0001 Performance Work Statement (PWS): CLIN DESCRIPTION QTY UNIT 0001 Maintenance - Repair and Supplies for two each Ricoh model MP3500 Copiers [POP: 1 Sep 16 to 31 Aug 17] 1 GP 0002Maintenance- Repair and Supplies for 36 each Ricoh model MP3350 Copiers [POP: 1 Sep 16 to 31 Aug 17] 1 GP 0003 Maintenance- Repair and Supplies for two each Ricoh model MP4000 Copiers [POP: 1 Sep 16 to 31 Aug 17] 1 GP 0004 Maintenance- Repair and Supplies for three each Ricoh model C4000G Copiers [POP: 1 Sep 16 to 31 Aug 17] 1 GP 1001 Maintenance- Repair and Supplies for two each Ricoh model MP3500 Copiers [POP: 1 Sep 17 to 31 Aug 18] 1 GP 1002 Maintenance- Repair and Supplies for 36 each Ricoh model MP3350 Copiers [POP: 1 Sep 17 to 31 Aug 18] 1 GP 1003 Maintenance- Repair and Supplies for two each Ricoh model MP4000 Copiers [POP: 1 Sep 17 to 31 Aug 18] 1 GP 1004 Maintenance- Repair and Supplies for three each Ricoh model C4000G Copiers [POP: 1 Sep 17 to 31 Aug 18] 1 GP Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based on the lowest priced technically acceptable responsible offer. Instructions to offerors: 1.Price each CLIN [base and option year one] for the copier maintenance services and supplies IAW the PWS and total the price quote. Offerors shall also provide the labor category and the fully burdened hourly labor rate for the purpose of determining fair and reasonable pricing is being offered. 2.In the event that the Government may require continued performance of services for up to 6 months pursuant to the authority under FAR 52.217-8, pricing will be evaluated at the pricing offered under the last option term. For evaluation purposes only, 50% of the pricing offered under the last option term will be added to the total quoted price. (Offerors do not quote for this.) 3.The Governments terms and conditions of the contract will prevail for the services and supplies provided. In event there is a conflict between the offerors terms and conditions of service, and the terms and conditions stated in the contract under the FAR, the Government s terms and conditions prevail over the offerors terms and conditions. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management (July 2013) 52.204-13SAM Maintenance (July 2013) 52.204-16Commercial and Government Entity Code Reporting 52.204-17Ownership of Control of Offeror (July 2016) 52.204-18Commercial and Government Entity Code Maintenance 52.204-19Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20Predecessor of Offeror (Attachment 0002) 52.209-2Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.209-11Delinquent Taxes or Felony Conviction (Attachment 0003) 52.212-1Instructions to Offerors 52.212-3, Alt 1Offeror Reps and Certs (Attachment 0004) 52.212-4Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015) 52.204-10Reporting Executive Compensation and First-tier Subcontract Awards (Oct 2015) 52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-4Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-28Post Award Small Business Program Representation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21Prohibition of Segregated Facilities (April 2015) 52.222-26Equal Opportunity (April 2015) 52.222-36Affirmative Action for Workers w/Disabilities (July 2014) 52.222-50Combatting Trafficking in Persons (March 2015) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.222-41Service Contract Labor Standards (May 2014) 52.222-42Statement of Equivalent Rates (May 2014) This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits WG-9 $27.38 + 32.85% 52.222-55Minimum Wages Under Executive Order 13658 (Dec 2015) 52.217-5Evaluation of Options (July 1990) 52.217-8Option to Extend Services (Nov 1999) 52.217-9Option to Extend the Term of the Contract (Mar 2000) 52.222-22Previous Contracts and Compliance Reports (Feb 1999) 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Reps and Certs (Dec 2012) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.252-1Solicitation Provisions Incorporated by Reference 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): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 52.252-2Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Dev 2016-O0003) (Oct 2015) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) 252.204-7011Alternative Line Item Structure (Sept 2011) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) 252.204-7015Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7048Export-Controlled Items (June 2013) 252.232-7003Electronic Submission of Payment Requests (Mar 2008) 252.232-7006Wide Area Workflow Payment Instructions (May 2013) 252.232-7010Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) The following attachments are applicable: 0001 Performance Work Statement (PWS) 0002 FAR 52.204-20 Provision 0003 FAR 52.209-11 Provision 0004 FAR 52.212-3, with Alt 1 Provision 0005 WD 2015-2153 Rev.2 dtd 8-11-16 Offerors are to include Attachment 0002 FAR 52.204-20, Attachment 0003 FAR 52.209-11, and Attachment 0004 FAR 52.212-3 Alt 1 (if there are any changes) with their quote. **Failure to include these attachments as instructed may result in your offer being deemed unresponsive.** This announcement will close at 2:00PM HST on August 31, 2016. Contact Thomas McLain who can be reached at (808) 473-7582 or email: thomas.mclain@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3184/listing.html)
- Record
- SN04244581-W 20160831/160829234623-30d3d3a468d99fb4aedff18a8654bb13 (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 |