COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15, 2001 PSA #2915
SOLICITATIONS
74 -- OFFICE MACHINES, TEXT PROCESSING SYSTEM & VISIBLE RECORD EQUIPMENT
- Notice Date
- August 13, 2001
- Contracting Office
- Head, Material Management Department, U.S. Naval Hospital, Guam, PSC 490 Box 7717, FPO AP 96538-1600
- ZIP Code
- 96538-1600
- Solicitation Number
- N68096-01-Q-0130
- Response Due
- August 24, 2001
- Point of Contact
- Sue Larrew, 671 344-9675
- E-Mail Address
- slarrew@gam10.med.navy.mil (slarrew@gam10.med.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in acordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is for 1. Quantity -- Ten (10) copiers w/duplex and sorting option with aggregated 20,000 copy allowance for black and white analog copiers with Cost Per Copy and Annual Lease program to support U.S. Naval Hospital, Guam Directorates. (2). Quantity -- One (1)High Capacity duplexing/sorting copier (30,000) monthly copy allowance. 3. Quantity -- One (1) Color copier, (3,000) monthly copy allowance. Contract shall be for a base period of 12 months. Included for the the whole term of contract are the following: Toner and all other consumables except supplies (paper); Full Service Maintenance to include all parts, labor & consumbales; Unlimited repair calls; In house preventive maintenance program; Contractor must guarantee "One Day Response" service-same day service for AM calls up to 11:00am, next day service for calls after that; Contractor to provide the following: Loaner should copiers requre long term repairs; Conduct monthly reading; Low deliver & set-up fee and one relocation per copier allowed free of charge. The Annual Lease program is comparable to the conditions mentioned with CPC program less Toner and all other consumables except supplies (paper) option. The Government reserves the right to increase/decrease the number of contractor-owned copiers over the period of the contract without an increase in cost to the Government. The following FAR clauses applies to this notice; (Commercial Items) 52.212-1, Instruction to Offerors; 52.212-2, Evaluation Commercial Items, 52.212-3, Offeror Representations and Certifications; 52.212-4, Contract Terms and conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; FAR 52.204-3, Taxpayer Identification; FAR 52.219-1, Small Business Program Representation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Mandatory Information EFT; DFARS 252.204-7001, Commercial and Government Entity (CAGE); far 52.211-6, Brand Name or Equal; DFARS 252.225-7000, Buy American Act-Balance of Payment; FAR 52.247-34, F.O.B. Destination; FAR 52.217-9, FAR 39.106 Year 2000 Compliance. FAR and DFARS is available for download at www.deskbook.osd.mil. Successful bidder must comply with DFARS 252.204-7004, "Required Central Contractor Registration". Information regarding CCR can be accessed on the internet at www.ccr2000.com. Interested vendors may request a copy of the RFQ by fax: 671 344-9256 or email: slarrew@gam10.med.navy.mil. All request must include Solicitation No. N68096-01-Q-0130 and must be received no later than 4:00 p.m. No telephone request will be accepted. SIC 7334 applies. See Note(s) 1, 22
- Record
- Loren Data Corp. 20010815/74SOL001.HTM (W-225 SN50U7A1)
| 74 - Office Machines, Text Processing Systems and Visible Record Equip Index
|
Issue Index |
Created on August 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|