SOLICITATION NOTICE
J -- Annual Maintenance of Copier
- Notice Date
- 8/30/2016
- Notice Type
- Presolicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R16PS01478
- Archive Date
- 9/15/2016
- Point of Contact
- Andrea Fix, Phone: 303-445-2436
- E-Mail Address
-
afix@usbr.gov
(afix@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Reclamation (BOR) intends to Solicit for OCE Wide Foremat Canon Copier annual maintenance. This requirement will be solicited Open Market with no set-asides. BOR is requesting a Firm-Fixed Price contract with a start date of 10/1/2016 through 09/30/2021, dates including four option years. The applicable North American Industry Classification System (NAICS) code is 811212 - Computer and Office Machine Repair and Maintenance. The requirements are as follows: 1.0 INTRODUCTION 1.1 This contract shall provide wide format printer maintenance services for the Department of the Interior, Bureau of Reclamation, Denver, Colorado. 2.0 SERVICE REQUIREMENTS 2.1 The standard hours of operation for purposes of this contract shall be defined as 8:00 a.m. to 5:00 p.m., local time Monday through Friday, except Federal holidays. 2.2 Contractor shall provide maintenance services in accordance with the accepted commercial practice and the terms herein with respect to government owned ColorWave CW600, Serial # 0495003394 and TCS4XT Scanner, Serial # 0451100882 under this contract. 2.3 Service shall be performed only by certified Oce/Canon dealers for ColorWave wide format gear. All parts and toner supplies used on the contract shall be new OEM. 2.4 The maintenance service shall include 250 SmartClicks per month and allotted toner cartridges, all labor, parts, and required consumable supplies (except paper), required to keep the equipment working in accordance with the original equipment manufacturers (OEM) specifications. 2.5 The maintenance plan shall provide an excess rate any SmartClicks exceeding the quarterly reconciliation total. There will only be excess copy charges for the number of SmartClicks that exceed the total quarterly aggregate after adding together the output for the three months of the quarter. A quarter is equal to three month intervals and is not necessarily based on fiscal or calendar year. 2.6 Full-maintenance service (labor, repairs, adjustments, replacement parts, etc.) shall be executed by authorized service technicians as part of the monthly service or bill rate. 2.7 A 95% uptime guarantee with a maximum 10% base maintenance credit (not on click or excess) if service falls below. This would be measured on a calendar quarterly average. 2.8 All copies produced in the course of maintenance and/or repair work shall be considered as unusable copies and shall not be applied towards the minimum base aggregate number of copies that are included in the monthly bill rate, (or) shall not be billed as a cost per copy in an overage situation. Such copies shall be documented in writing and signed by the service technician and credit for the copies applied to the next invoice. 2.9 The contractor shall respond to and begin repairs not to exceed eight (8) business hours after notification of a malfunction or service issue by the customer. 2.10 Invoices are to be billed on a quarterly basis, in arrears. The vendor shall every three months reconcile the invoice to reflect a quarterly total number of SmartClicks. The solicitation and any amendments to the solicitation will be available through the Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation. As a result of this Pre-solicitation notice, the Department of the Interior, Bureau of Reclamation, anticipates releasing the Request for Quote (RFQ) on or about 30 August 2016 on fedbizops.gov. The due date for receipt of quotes will be specified in the RFQ. This requirement will be solicited and awarded using the method outlined in FAR Parts 12 and 13. The resulting contract will be a firm fixed price contract. The contract period of performance is 10/1/2016 through 9/30/2021. No further information will be available before the solicitation is posted. Offerors are required to have an active record in the System for Award Management (SAM) to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov. Written questions may be submitted to Andrea Fix via email at afix@usbr.gov. Only written questions will be accepted and addressed. Contracting Office Address: Denver Federal Center Building 56, Room 1040 Denver, Colorado 80225 United States Primary Point of Contact: Andrea Fix afix@usbr.gov Phone: 303-445-2436
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dfc67c62a26f75e7b8671b0159861020)
- Record
- SN04246895-W 20160901/160830235136-dfc67c62a26f75e7b8671b0159861020 (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 |