Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2023 SAM #7734
SOLICITATION NOTICE

W -- Up to 6 month lease of 133 MFDs for locations in Hawaii

Notice Date
1/28/2023 5:24:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
DCSO-P NEW CUMBERLAND NEW CUMBERLAND PA 17070-5059 USA
 
ZIP Code
17070-5059
 
Solicitation Number
SP7000-23-Q-0007
 
Response Due
1/30/2023 11:00:00 AM
 
Archive Date
02/14/2023
 
Point of Contact
Carl Devitz, Phone: 7177702891
 
E-Mail Address
carl.devitz@dla.mil
(carl.devitz@dla.mil)
 
Description
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 SP7000-23-Q-0007. This notice incorporates clauses and provisions in effect through Federal Acquisition Circular (FAC) 2022-06 effective 26 May 2022, Defense Federal Acquisition Regulation Supplement (DFARS) Change and effective date 23 June 2022 and Defense Logistics Acquisition Directive (DLAD) Revision 6 current to 31 March 2022.� Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with Only One Source under the authority of FAR 13.106-1(b). All responsible sources may submit quotations which shall be considered by the agency. This acquisition is being solicited on a sole source basis with Cartridge Technologies. The associated North American Industrial Classification System (NAICS) code is 532420 with a small business size standard of $40.0 million. DCSO-P New Cumberland has a requirement to lease 131 multi-functional devices with their associated maintenance and supplies. FAR 52.217-9, Option to Extend the Term of the Contract is included in this requirement and is applicable under the resulting contract. Period of Performance: Base: 1 February 2023 � 31 May 2023 Option 1: 1 June 2023 � 30 June 2023 Option 2: 1 July 2023 � 31 July 2023 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). FAR 52.212-1 Instructions to Offerors � Commercial Item (JUN 2020) applies to this acquisition in addition to the following: 1. To compete, the offeror must: - Submit a maximum of one proposal - Respond to all CLINs 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) FAR 52.212-2 Evaluations-Commercial Items (OCT 2014) applies to this requirement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical, and Past Performance as stated within Evaluation Factors For Award. Technical and past performance, when combined, will not be weighted. The Lowest Price Technically Acceptable (LPTA) source selection process will be utilized. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) EVALUATION FACTORS FOR AWARD In accordance with FAR 15.101-2, the Lowest Priced Technically Acceptable (LPTA) source selection process will be utilized for this requirement. Award will be made on the basis of the lowest evaluated price of proposals in the competitive range meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted, and performance incentives/disincentives will not be utilized. Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. The evaluation criteria are as follows: Price, Technical Capability, and Past Performance. Award will be made to the responsible offeror who meets all technical factors, has acceptable past performance and results in the lowest price to the government. A. Technical Factor To be technically acceptable each offer must demonstrate it meets the minimum specification requirements of each device as well as any information technology (IT) and security requirements set forth in the attached PWS. This will be evaluated as �Acceptable� or �Unacceptable� basis. In order to receive an �Acceptable� rating the offer must clearly demonstrate the ability to provide and perform all services and technical requirements described in the PWS. An offer that is evaluated as �Unacceptable� for any requirement will not be considered for award. B. Past Performance SP7000-23-Q-0007 A past performance review will be conducted to determine whether the Government has confidence that the offeror can successfully perform the requirements set forth in the PWS. In conducting its past performance assessment, the Government may use both data provided by the offeror and data obtained from other federal Government sources. Information has to be within the past 3 years of similar supplies and services. Past performance shall be used as an evaluation factor within the LPTA process, unless waived by the Procurement Contracting Officer, in accordance with FAR 15.101-2(b). Past performance shall be evaluated in accordance with FAR 15.305 and DFARS 215.305. However, the comparative assessment in FAR 15.305(a)(2)(i) does not apply. Therefore, past performance will be rated on an �acceptable� or �unacceptable� basis using the ratings below. Acceptable: Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. Unacceptable: Based on the offeror�s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, �unknown� shall be considered �acceptable.� C. Price Vendors� proposed prices for each CLIN and Total Price will be evaluated for price reasonableness and fairness using the techniques discussed at FAR 15.404-1 including, but not limited to, comparison to current and historical prices paid for similar products and comparisons to proposal pricing received. Each offerors� total price will be determined by the 8-month total for all CLINs. The lowest total evaluated price equals the best value for this requirement; there are no known monetized requirements or best value tradeoffs. FAR 13.106-2 Evaluation of Quotations or Offers � The Government intends to evaluate quotes in response to this solicitation 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. All questions and inquiries should be addressed via email to the Contract Specialist POC, carl.devitz@dla.mil� Request for Quotation Number SP7000-23-Q-0007 Offerors responding to this announcement must submit their quotation via email to Carl Devitz carl.devitz@dla.mil and Timothy Danowski: timothy.danowski@dla.mil. All quotes must be received by 30 January 2023 at 11:00 AM Eastern to be considered for award. CLIN Structure: Base 0001 Xerox WorkCentre 7830 Color (VB1) 52 EA 0002 Xerox WorkCentre 7830 Color (VB1) 26 EA 0003 Xerox WorkCentre 7830 Monochrome (VB2) 20 EA 0004 Xerox WorkCentre 7830 Color (VB2)�15 EA 0005 Xerox WorkCentre 5945 Monochrome (VB3) 6 EA 0006 Xerox WorkCentre 7845 Color (VB3)�2 EA 0007 Xerox WorkCentre 5955 Monochrome (VB4) 3 EA 0008 Xerox WorkCentre 5955 Monochrome (VB5) 1 EA 0009 Xerox WorkCentre 7830 Color (VB1) 2 EA 0010 Xerox WorkCentre 7845 Color (VB3) 2 EA 0011 Xerox WorkCentre 7855 Color 1 EA 0012 Booklet Maker for Copier listed in CLIN 0003 above�1 EA CLIN Structure: Option 1 1001 Xerox WorkCentre 7830 Color (VB1) 52 EA 1002 Xerox WorkCentre 7830 Color (VB1) 26 EA 1003 Xerox WorkCentre 7830 Monochrome (VB2) 20 EA 1004 Xerox WorkCentre 7830 Color (VB2)�15 EA 1005 Xerox WorkCentre 5945 Monochrome (VB3) 6 EA 1006 Xerox WorkCentre 7845 Color (VB3)�2 EA 1007 Xerox WorkCentre 5955 Monochrome (VB4) 3 EA 1008 Xerox WorkCentre 5955 Monochrome (VB5) 1 EA 1009 Xerox WorkCentre 7830 Color (VB1) 2 EA 1010 Xerox WorkCentre 7845 Color (VB3) 2 EA 1011 Xerox WorkCentre 7855 Color 1 EA 1012 Booklet Maker for Copier listed in CLIN 0003 above�1 EA OPTION 2 2001 Xerox WorkCentre 7830 Color (VB1) 52 EA 2002 Xerox WorkCentre 7830 Color (VB1) 26 EA 2003 Xerox WorkCentre 7830 Monochrome (VB2) 20 EA 2004 Xerox WorkCentre 7830 Color (VB2)�15 EA 2005 Xerox WorkCentre 5945 Monochrome (VB3) 6 EA 2006 Xerox WorkCentre 7845 Color (VB3)�2 EA 2007 Xerox WorkCentre 5955 Monochrome (VB4) 3 EA 2008 Xerox WorkCentre 5955 Monochrome (VB5) 1 EA 2009 Xerox WorkCentre 7830 Color (VB1) 2 EA 2010 Xerox WorkCentre 7845 Color (VB3) 2 EA 2011 Xerox WorkCentre 7855 Color 1 EA 2012 Booklet Maker for Copier listed in CLIN 0003 above�1 EA
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d843eb7beb549b294c2ff12549a381e/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN06575963-F 20230130/230128230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.