SOLICITATION NOTICE
J -- HWW RICOH Copier Maintenance
- Notice Date
- 9/6/2024 5:17:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0878
- Response Due
- 9/19/2024 7:00:00 AM
- Archive Date
- 11/18/2024
- Point of Contact
- Cassie White, Contracting Officer, Phone: email only
- E-Mail Address
-
cassie.white@va.gov
(cassie.white@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Effective Date: 03/15/2023 Revision: 01 Introduction This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is set-aside for competition among Service-Disabled Veteran Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34 million. Responding to this solicitation. Offeror must submit its quote via email to cassie.white@va.gov Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number, and GSA Schedule Contract Number with Ultimate Contract Completion Date; Information that demonstrates your company s technical capability of performing Copier Maintenance in accordance with the attached Statement of Work for VA or other government entities. Information that demonstrates your company s past performance performing similar, relevant services. Completed Price Schedule- Offeror must enter its unit prices in Column O for each Item Number in the accompanying attachment titled Copier Maintenance Price/Cost Schedule (See Solicitation Attachments). Date and Time quotes are due: September 20th, 2024, at 10:00am EST. Each response must meet the minimum requirements of the solicitation. The Government will award a contract to the responsible quoter whose quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered IAW FAR 13.106-3(a). The Government will be awarding the acquisition based on Lowest Price Technically Acceptable (LPTA). Description of Work: Contractor will provide all resources necessary for performing the Copier Maintenance requirements. See the accompanying Work Statement for details. Contract Line-Item Numbers, quantities, unit of measure: (see the accompanying price/cost schedule for details). The period of performance is for one year. Base Year 10/1/2024 9/30/2025. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services The provision at 52.212-1, Instructions to Offerors- Commercial Services (MAR 2023), applies to this acquisition, including the following addenda: 52.204-7, System for Award Management (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); 52.209-7, Information Regarding Responsibility Matters (OCT 2018); 2. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 3. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.223-2 Reporting of Biobased Products Under Service and Construction Contracts (MAY 2024) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2024 52.223-10 Waste Reduction Program (MAY 2024) 52.223-23 Sustainable Products and Services (MAY 2024) 852.201-70, Contracting Officer s Representative (DEC 2022); 852.203-70, Commercial Advertising (MAY 2018); 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 852.232-72, Electronic Submission of Payment Requests (NOV 2018); and 852.242-71, Administrative Contracting Officer (OCT 2020). 4.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (May 2024), applies to this acquisition, including the additional FAR clauses cited in the clause: 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020); 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) 52.219-28, Post Award Small Business Program Representation (MAR 2023); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); 52.222-37, Employment Reports on Veterans (JUN 2020); 52.222-50, Combating Trafficking in Persons (NOV 2021); 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" (Quoters shall list exception(s) and rationale for the exception(s), if any.) Quoters shall list exception(s) and rationale for the exception(s), if any. See attached document: S02- Statement of Work See attached document: Price/Cost Schedule See attached document: Copy of Serial Numbers
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/173515c439b246d189989639ed0dff1d/view)
- Place of Performance
- Address: Department of Veterans Affairs Huntington VA Medical Center 1540 Spring Valley Drive, Huntington, WV 25704, USA
- Zip Code: 25704
- Country: USA
- Zip Code: 25704
- Record
- SN07201489-F 20240908/240906230114 (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 |