SOLICITATION NOTICE
J -- Copiers and Fax Machines Maintenance Services
- Notice Date
- 1/31/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Services Contracting Team;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- 36C10E19Q0078
- Response Due
- 2/13/2019
- Archive Date
- 3/15/2019
- Point of Contact
- Jorge.Martin@va.gov
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS SOLICITATION NOTICE 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. 36C10E19Q0078 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-101. The combined synopsis/solicitation is UNRESTRICTED with TIERED EVALUATIONS. The applicable NAIC Code for this solicitation is 811212, Computer and Office Machine Repair and Maintenance. The contractor shall provide maintenance services and repair parts for 18 VA owned copiers and fax machines per the attached Statement of Work. CLIN 0001: Provide copier and fax machine maintenance services and repair parts per the attached Statement of Work. Base Year. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 1001: Provide copier and fax machines maintenance services and repair parts per the attached Statement of Work. Option Year 1. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 2001: Provide copier and fax machines maintenance services and repair parts per the attached Statement of Work. Option Year 2. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 3001: Provide copier and fax machines maintenance services and repair parts per the attached Statement of Work. Option Year 3. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 4001: Provide copier and fax machines maintenance services and repair parts per the attached Statement of Work. Option Year 4. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ Total Price _________________________ Description of Requirement The contractor shall furnish all repair parts, labor, transportation and supplies required to accomplish inspecting, cleaning, adjusting, calibrating and repairing of the VA owned Copiers and fax machines. Contractor shall maintain the Copiers and fax machines at levels necessary to provide the specified functions to meet the manufacturer s current equipment specifications. SEE ATTACHED STATEMENT OF WORK. Period of Performance: The base year Period of Performance will be from 04-01-2019 to 03-31-2020 with four option years. FOB Destination Point: Department of Veterans Affairs; Salt Lake City Regional Office; 550 Foothill Drive; Salt Lake City, Utah 84158. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.217-5 Evaluation of Options (JUL 1990) 52.222 48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (MAY 2014) Offers will be evaluated as follows: Criteria: The Government will evaluate quotes submitted in response to this solicitation based on TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS with consideration of the following factors: Price, Experience/Qualifications and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience/Qualifications needed to successfully perform this requirement. QUOTES AT A LOWER TIER SHALL NOT BE EVALUATED OR CONSIDERED FOR AWARD UNLESS AWARD CANNOT BE MADE AT A HIGHER (OR PRECEDING) TIER. The Tier Evaluation process is as follows: Evaluate the quotes, if any, submitted by SDVOSB concerns. If no quotes are submitted by SDVOSB concerns, or if none of the SDVOSB s quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the evaluation shall proceed to the next tier set aside for VOSB concerns as follows: Evaluate the quotes, if any, submitted by VOSB concerns. If no quotes are submitted by VOSB concerns, or if none of the VOSB s quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the evaluation shall proceed to the next tier set aside for other Small Business concerns as follows: Evaluate the quotes, if any, submitted by other small business concerns. If no quotes are submitted by other small business concerns, or if none of the other small business concerns quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the evaluation shall proceed to the final tier which is large businesses. Note that only VA verified SDVOSBs or VOSB in the VIP database at the time of contract award will be considered for award in the SDVOSB tier or the VOSB tier and non VIP verified firms will be considered non responsive and ineligible for award in the SDVOSB or VOSB tier. The applicable NAICS Code for this solicitation is 811212, Computer and Office Machine Repair and Maintenance and the Small Business Size limitation is $27.5 million. Small business vendors that do not meet the NAICS 811212 Small Business Size limitation of $27.5 million shall be considered non responsive and ineligible for award at the small business tier. Price: Price will be evaluated to determine if it is fair and reasonable. Experience/Qualifications: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar copier and fax machine maintenance services were successfully provided. Only quotes that demonstrate relevant experience with providing similar copier and fax machines maintenance services will be eligible for award. Government and commercial sources will be accepted. The Contractor must be a manufacturer authorized service provider who regularly engages in maintaining copiers and fax machines. The Contractor must maintain a suitably staffed and equipped service organization and must regularly offer maintenance services for copiers and fax machines. At the request of the Government, the Contractor shall demonstrate to the satisfaction of the Government that the Contractor is a manufacturer authorized services provider and can purchase repair parts directly from the manufacturer. Past Performance. The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated specifications, experience/qualifications and past performance requirements based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-6 Authorized Deviations in Clauses. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years and six months. (End of Clause) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (56) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: (6) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) N/A N/A Quotes are due no later than Feb 13, 2019 by 11:59 PM Central Standard Time. The vendor must be active in SAM to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following: Completed above solicitation s section v, CLINS 0001-4001 with unit, extended and total price. A written statement limited to two pages or less demonstrating the offeror has the required Experience and Qualifications. One completed Past Performance Questionnaire. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. Quotes shall be submitted electronically to email address Jorge.Martin@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E19Q0078. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Jorge Martin at (314) 253-5386 or by e-mail at Jorge.Martin@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0078/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Veterans Benefits Administration;Salt Lake City Regional Office;550 Foothill Drive;Salt Lake City, UT
- Zip Code: 84158
- Country: USA
- Zip Code: 84158
- Record
- SN05208960-F 20190202/190131230055 (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 |