Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

J -- Maintenance Contract for Govt Owned Ricoh Devices

Notice Date
8/1/2023 5:34:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DCSO-P NEW CUMBERLAND NEW CUMBERLAND PA 17070-5059 USA
 
ZIP Code
17070-5059
 
Solicitation Number
SP7000-23-Q-0020
 
Response Due
8/15/2023 10:00:00 AM
 
Archive Date
08/30/2023
 
Point of Contact
Adrienne Hawkins, Phone: 7177703003, LYNDSAI HOKE, Phone: 7177704077
 
E-Mail Address
Adrienne.Hawkins@dla.mil, Lyndsai.Hoke@dla.mil
(Adrienne.Hawkins@dla.mil, Lyndsai.Hoke@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 13.5, 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-0020. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-02 effective 16 March 2023, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20230322 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2023-04. The associated North American Industrial Classification System (NAICS) code is 811310. The size standard is $12.5 Million. DLA Document Services has a requirement to maintain existing Ricoh C5300S print production equipment and Fiery Controller located at Ramstein AFB in Germany. Maintenance shall be done in accordance with Attachment 1- Performance Work Statement. Please see the attachment for additional details. The requirement is for one 12 month base period with an additional 4 option periods of 12 months for a total of up to 60 months. Period of Performance The period of performance for this requirement is 10/01/2023 � 09/30/2028. Base Period: 10/01/2023 � 09/30/2024 Option Period 1: 10/01/2024 � 09/30/2025 Option Period 2: 10/01/2025 � 09/30/2026 Option Period 3: 10/01/2026 � 09/30/2027 Option Period 4: 10/01/2027 � 09/30/2028 Points of Contact Primary POC: Adrienne Hawkins (Adrienne.Hawkins@dla.mil / 717-770-3003) Secondary POC: Lyndsai Hoke (Lyndsai.Hoke@dla.mil / 717-884-5706) 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). 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, and e-mail address. (2) Solicitation number (3) Contractor Unique Entity ID 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 quote or may indicate completion of the representations and certifications on the internet at https://www.sam.gov/SAM/ . Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52.212-3 is included as Attachment 3. 3. Quotations shall indicate the unit of measure for ink containers and the unit of measure for afer hours maintenance calls. The unit of measure can be indicated by inputting a quoted unit of measure next to the quoted CLIN unit price. 4. Contractors are required to submit a completed Attachment 2- Specifications indicating if the quoted device meets all the required specifications. 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 literature/technical information, which clearly indicates the product offered meets the Government minimum requirements as outlined in the performance work statement. Contractors are also required to fill out and return Attachment 2- Specifications as part of their quote. 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 Contracting POC, Adrienne.Hawkins@dla.mil � Request for Quotation Number SP7000-23-Q-0020. Offerors responding to this announcement must submit their quotation via email to Adrienne.Hawkins@dla.mil. All quotes must be received by 15 August 2023 by 1:00pm Eastern to be considered for award. Attachment 1- Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/daafc3ea917e494792eeb8bbffb070e5/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN06771346-F 20230803/230801230050 (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.