Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2000 PSA #2703
SOLICITATIONS

W -- LEASE AND MAINTENANCE OF COPIERS

Notice Date
October 6, 2000
Contracting Office
US Army Materiel Command Acquisition Center, White Sands Contracting Division, AMSSB-ACW (Bldg 126W), White Sands Missile Range, New Mexico 88002-5201
ZIP Code
88002-5201
Solicitation Number
N/A
Point of Contact
Michael P. Morrison, 505/678-5648
E-Mail Address
suttondl@wsmr.army.mil (morrisonmp@wsmr.army.mil)
Description
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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Purchase Request and Commitment # W04WAB-0157-0800 is issued as a Request for Proposal(RFP). The anticipated contract will be a 100 percent 8(a) set-aside. A Firm-Fixed Price contract with One(1) base year and four(4) one year option periods will be awarded. The solicitation document and incorporated provisions and clauses aer those in effect through FAR Circular 97-19. The standard industrial code(SIC) is 7359 and the small business size standard is 500 employees. The anticipated contract will be for the lease and maintenance of new copiers. This is not a cost-per-copy contract. This is a best value procurement. Award will be made on the evaluation criteria listed to the Government links. Contract Line Items: CLIN 0001 -- Base Contract Year, 12 months for new copier lease and maintenance. Sub-clins -- 000101, Band I -- 121 Machines; 000102, Band II -- 24 Machines; 000103, Band III -- 11 Machines; 000104, Band IV -- 4 Machines. CLIN 0002 -- Option Year One, 12 months for new copier lease and maintenance. Sub-clins -- 000201, Band I -- 121 Machines; 000202, Band II -- 24 Machines; 000203, Band III -- 11 Machines; 000204, Band IV -4 Machines. CLIN 0003 -- Option Year Two, 12 months for new copier lease and maintenance. Sub-clins -- 000301, Band I -- 121 Machines; 000302, Band II -- 24 Machines; 000303, Band III -- 11 Machines; 000304, Band IV -- 4 Machines. CLIN 0004 -- Option Year Three, 12 months for new copier lease and maintenance. Sub-clins -- 000401, Band I -- 121 Machines; 000402, Band II -- 24 Machines; 000403, Band III -- 11 Machines; 000404, Band IV -- 4 Machines. CLIN 0005 -- Option Year Four, 12 months for new copier lease and maintenance. Sub-clins -- 000501, Band I -- 121 Machines; 000502, Band II -- 24 Machines; 000503, Band III -- 11 Machines; 000504, Band IV -- 4 Machines. White Sands Missile Range (WSMR) requires 160 machines in the Base Contract Year. This number of machines could increase or decrease during the five(5) year contract period. The number of critical machines for this contract is six(6). Other critical machines could be added during the five(5) year contract period. An on-site technician, with appropriate parts stock suitable to maintain this equipment, is required. The Government will provide space to store supplies and parts and replacement copier(s) on location at WSMR. Provide prices for the Sub-Clins. Sub-Clins are for information only. Sub-Clin prices will be used in the event that increases/decreases exceed the 15% in the Variation in Quantity Clause. When an increase or decrease in quantity exceeds 15% the contract price will be adjusted based on Sub-Clin prices. Delivery is FOB Destination WSMR, NM 88002-5193. Exact location will be identified at a later date. Delivery will be made within 45 days after contract award. A Microsoft Certified Network Engineer is required to provide network connectivity. Reference paragraph IV -- Evaluation Factors, in the Evaluation Plan, for evaluation criteria. Federal Regulation(FAR) 52.212-1 Instructions to Offerors -- Commercial Items (Aug 1998) applies to this acquisition with the following addendum: FAR 52.217-9 Option to Extend The Term of the Contract(Mar 1989). Award will be made on a best value basis to that offeror determined to represent the best buy for the Government. Note: Offerors responding to this solicitation shall submit unit and extended prices for all requested items, prompt payment terms and a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items(Jan 1999) with addendum which included DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items(Nov 1995) and 252.212-7001, Commercial and Government Entity(CAGE) Code Reporting (Dec 1991) with their proposal. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Apr 1998) applies to this acquisition with the following addendums: FAR 52.247-34 F.O.B. Destination, DFARS 252.246-7000, Material Inspection and Receiving Report (Dec 1991). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 1991) applies to this acquistion with the following addendums: Paragraph (b) the following FAR clauses are hereby incorporated: 52.203-6, 52.222-35, 52.222-36, and 52.222-37. FAR Clause 52.211-16, Variation in Quantity, applies to this acquistion. 15% applies to the Variation in Quantity clause. This increase or decrease shall apply to the total contract quantity. Additionally, the following clauses cover (8)a procurements: 52.219-11, Special (8)a Contract Conditions; 52.219-12, Special 8(a) Subcontract Conditions; 52,219-14, Limitations on Subcontracting; 52.219-17, Section 8(a) Award; and 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns. The full text of a clause may be accessed electronically at thest addresses://www.arnet.gov/far, //farsite/hill/af.mil, //www.dtic.mil/dfars and the Evaluation Plan and Evaluation criteria can be accessed at this address: //www.wsmr.army.mil/DOCPAGE/DOCPAGE/HTM. Offerors shall provide past performance information on at least three(3) prior contracts, either Federal or otherwise, issued within the last three (3) years, covering the same subject matter as that solicited above. This past performance information shall include contract number, dollar amount, points of contact and complete phone number to verify provided information. Proposals must be received by 1400 hours MST on 25 October 2000 via e-mail at morrisonmp@wsmr.army.mil. Oral or fax offers are not acceptable. See Note 1. For information regarding this solicitation contact Michael P. Morrison at (505)678-5648.
Record
Loren Data Corp. 20001011/WSOL002.HTM (W-280 SN503908)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on October 6, 2000 by Loren Data Corp. -- info@ld.com