|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1997 PSA#1987Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 J -- MAINTENANCE, REPAIR, AND REBUILDING OF OFFICE EQUIPMENT (COPYING
MACHINES) SOL N00244-97-Q-0021 DUE 121897 POC Bid Officer,
619-532-2690/2692, fax: 1088/1089 or Contracting Officer, 619-532-2568,
fax: 2347 WEB: ., http://www.sd.fisc.navy.mil. E-MAIL: Click here to
contact the Contracting Officer via e-mail.,
ralph_a._franchi@fmso.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
format in the FAR Part 12 and FAR 13, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation to be issued, proposals are being requested from this
announcement, a written solicitation will not be issued. The Request
for Quote (RFQ) number is N00244-98-Q-0021. This solicitation and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-01. This solicitation is issued on a
unrestricted basis, utilizing Standard Industrialization Classification
Code of 7629. FISC-San Diego is announcing a requirement for the
following: On-site, Full service maintenance/repair contract for
government owned copying machines. Period of performance: January 1,
1998 through September 30, 1998. A total of fourteen (14) copying
machines, Model numbers: 6525,6550,6583 and 6725, Mfr.: LANIER
WORLDWIDE INC. The machines are located at thefollowing locations: NAR,
Jacksonville, FL, NRIC, Ft. Worth, TX, FITCPAC, San Diego, CA, RIPO,
Denver, CO, RIPO, Rosemount, MN, RIPO, Willow Grove, Pa, RIPO, Mt.
Clemens, MI, CNARF, New Orleans, LA, ONI-ODB, Suitland, MD, RIPO,
Whidbey Island, WA, NAS, NI, San Diego, CA, RIPO NAS, Dallas, TX, RIPO,
Marietta, GA, and RIPO, Fort Devens, MA. The following statement of
work is to be applied to this service: (A) Model 6550, (1) copier, full
service maintenance to include all labor, parts, supplies, drums and
travel costs for up to 25,000 copies per month. (B) Model 6583, (1)
copier, full service maintenance to include all labor, parts, supplies,
drums and travel costs for up to 35,000 copies per month. (C) Model
6525, (7) copiers, full service maintenance to include all labor,
parts, supplies, drums and travel costs for up to 7,000 copies per
month per machine. (D) Model 6725, (5) copiers, full service
maintenance to include all labor, parts, supplies, drums and travel
costs for up to 7,000 copies per month per machine. Service performed
on the machines is to be consistent with standard commercial service
maintenance procedures and to be performed by a qualified service
technician trained to work on Lanier Worldwide type copying machines.
Contractors submitting bids for this requirement are to submit the
following information: (1) A monthly unit price and excess copy charge
amount for items (A) through (D) listed above. (2) Payment terms, Cage
code, Duns/Bradstreet#, and taxpayer's ID#. (3) A minimum of two
references (to include poc's and phone numbers) of companies that you
currently are providing this type of service to. Inspection and
acceptance will be performed at Destination. Invoicing is to be handled
as follows: Single source invoicing, sub-totaled by location. One
invoice monthly for services. One invoice quarterly for excess copy
charges. Pricing is to be considered Firm-Fixed pricing and is to
include all costs for labor, parts, supplies, drums and travel costs.
Maintenance costs are to include all service required. Technician
response is to be within (24) hours after placement of trouble call. A
(24) hour toll free help/service line is to be provided. Any copier
repairs that exceed (8) business hours will require a loaner to be
provided at no additional cost to the government. Contractor must
guarantee a 98% uptime. Reports required are: a quarterly computer
report on each copier by serial number reflecting, average copies per
month, up-time percentage, last meter reading, last call date, and
number of service calls. THE FOLLOWING PROVISIONS ARE APPLICABLE AND
ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND WILL BE
PROVIDED BY THE CONTRACTING OFFICER IN FULL TEXT UPON REQUEST. NOTE:
THE FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED
VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov
OR www.deskbook.osd.mil FAR 52.212-1, Instructions to Offerors
Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, Offerors
are required to complete and include a copy of the following provision
with their proposals: FAR 52.212-3, Offeror Representation and
certifications Commercial Items, FAR 52.212-4, Contract Terms and
Conditions Commercial Items, The clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
commercial Items applies with the following applicable clauses for
paragraph (b): FAR 52.222-26, Equal Opportunity, FAR 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans: FAR
52.222-36, Affirmative Action for Handicapped Workers: FAR 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, DFARS 252.225-7001, Contract Terms and Conditions Required
to implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, applies with the following clauses
and applicable for (b): DFARS 252.225-7001; Buy American Act and
Balance of Payment Program, DFARS 252.225-7012, Preference for Certain
Domestic Commodities. Any contract awarded as a result of this
solicitation will be a DO rated order certified for national defense
use under the Defense Priorities and Allocations system. The government
intends to make a single award of a Firm Fixed Price contract to the
most responsible offeror whose bid provides the best technical and cost
value to the government. The following criteria will be used to
evaluate the proposals information per Provision 52.212-2, Evaluation
Commercial Items: Award will be made to the offeror that meets the
solicitations minimum criteria for technical capability at the overall
lowest pricing. To be determined technically acceptable, the
references provided will be reviewed and considered. The government
intends to make a single award of a Firm-Fixed Price contract to the
most responsible offeror whose bid provides the best technical and cost
value to the government. Offers from responsible contractors may be
FAXED to: Fleet and Industrial Supply Center, Regional Contracts Dept.,
Code 2611, Attn: Ralph Franchi, San Diego, CA 92132. Fax no.:
619-532-2347. Requests for information regarding this solicitation may
be addressed to Contracting Officer. Quotes must be received no later
than 3:00p.m. (PST) on 12/18/97. Inquiries may also be addressed via
e-mail to: ralph_a._franchi@fmso.navy.mil Do not mail in your
quotations. Reference solicitation number: N00244-98-Q-0021 on all
requests for information. This solicitation is issued as unrestricted.
(0338) Loren Data Corp. http://www.ld.com (SYN# 0040 19971208\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|