Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
SOLICITATION NOTICE

R -- Maintenance of OAQPS Canon C4080i Copiers

Notice Date
6/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-14-00052
 
Response Due
6/13/2014
 
Archive Date
10/31/2014
 
Point of Contact
Antonio L. Leathers
 
Small Business Set-Aside
N/A
 
Description
Maintenance of OAQPS Canon C4080i Copiers NAICS Code: 811212 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-14-00052 and the solicitation is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-73. The associated North Industry Classification System (NAICS) is 811212 and the business size standard is $25.5 million. Full and Open Competition will be utilized for this procurement. A firm fixed price contract using Simplified Acquisition Procedures and FAR Part 12 is anticipated to result from the award of this solicitation. The US EPA, Office of Air Quality Planning and Standards (OAQPS), req uires a preventative maintenance, repair service and supply contract for twelve (12) Canon Color Image Runner C4080i copiers located at 109 T.W. Alexander Drive, Durham, NC 27709. Requirement: The EPA, at a minimum, requires the following services: (1) The Contractor shall provide all preventive maintenance, service calls, repairs, parts, other professional services, toner, and all other supplies (excluding only copy paper) for approximately 40,000 black/white and 20,000 color copies per month on a per copy basis; (2) Upon notification from the Project Officer or their designee, the Contractor shall provide repair services within 3 business days; (3) The Contractor shall systematically rotate the copiers within their current locations not less than every six (6) months to ensure the long term balanced use of all copies (see Statement of Work for copier locations). Acceptance Criteria: This acquisition will be awarded to the Lowest Price Technically Acceptable (LPTA) off er. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offerors, with satisfactory past performance, shall be treated equally except for their prices. Instructions to Offerors: (1) Offerors shall submit offers in accordance with the Statement of Work; (2) Offerors are free to submit a separate offers with a SOW that they deem more advantageous to the Government or conforming to their standard commercial business copier maintenance offering(s). Any offer that does not conform to the SOW will not be considered; and (3) Offerors shall provide at least 2 references for ongoing and/or completed contracts for services similar to that described in the Statement of Work. Each cited reference shall include: (a) the name of the Contracting Activity or Company; (b) the assigned contract number or other identifying reference number; an d (c) contact information including contact name, telephone number(s) and/or email addresses. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items and 52.212-2, Evaluation--Commercial Items. All offerors are to include with their offer a completed copy of provisions 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.225-1 Buy America Act--Balance of Payments Programs-Supplies; 52.232-33, P ayment by Electronic Funds Transfer. COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience at EPA website: http://www.epa.gov/oam/rtp_cmd. Please submit to Antonio Leather at e-mail: leathers.antonio@epa.gov. All offers are due by June 13, 2014 12:00pm, EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-14-00052/listing.html)
 
Record
SN03387919-W 20140608/140606234415-f64834d5049b2b8c73c1a95cd6a08e7c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.