Multi functional Printers for Norther Strike Exercise
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 announce... 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 being requested. A written solicitation will not be issued. The Michigan National Guard (MIARNG) requires Multifunctional Printers/Copier Scanner for Northern Strike 2019 Exercise. This exercise will-take place Camp Grayling in Grayling, MI. Facilities are required in several locations throughout Camp Grayling to accommodate the Service Members participating in the exercise. The solicitation number is W912JB-19-Q-0075. This solicitation is issued as a request for quotation (RFQ). This requirement is 100% set?aside for small business. The associated NAICS code is 532420 and the small business size standard is $32,500,000.00. The prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award.The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active. The award will be anticipated on/about 13JUN19. This is a firm fixed price requirement for Lease or/ Rental services of seventeen (17) Multifunctional Copier/Printer/scanner (Automation) . Please refer to the performance work statement (PWS) located in the solicitation for specifics and additional information. CLIN ITEM QTY U/M 0001 Multifunctional Printer 17 EA * Two (2) Multifuctional Printers must be capable of printing "11X17"* Period of Performance (PoP): The Period of Performance shall be June 15th- August 8th. Delivery and Placement: The contractor shall provide the rental, delivery, and maintenance of seventeen (17) each network capable each network capable multifunctional copier/printer/scanner with two (2) of them capable of printing 11”x17. The equipment shall be delivered and set in the designated location by June 15, 2019 by 2:00PM and no later than June 14, 2019 by 2:00PM. All multifunctional copiers shall be in place, coordinate locations specified by the government. There may be a requirement by the government during the period of performance for the addition of multifunctional copiers and increase in services for multifunctional copiers and the movement of multifunctional copiers. Equipment Servicing: Multifunctional Color Copiers: Multifunctional color copiers shall be clean, in good condition, and without defects at time of delivery. Vendor shall provide any/all components required to operate the equipment (i.e. power cords, toner, paper trays etc.) On Site Services: Provide Equipment Service of all automation devices that need Resupply and maintain all automation devices as needed throughout the period of performance. The contractor shall replace, within 4 hours any device that is unserviceable and/or undesirable. Additional Information: The equipment shall be removed no later than August 13th by 2:00PM. The Government reserves the rights to have units added, moved, or services increased, by the contractor, within the pre-agreed upon quantities and durations. Contractor shall hold in reserve the capability to provide a Three (3) unit increase in Multifunctional Copier/printer/scanner with servicing to be employed within a 24 hour period from the time of notice for up to a Ten (10) day period. Contractor shall be prepared to provide a one-time additional cleaning services for up to Three (3) Multifunctional Copier/printer/scanner to be employed within a 24 hour period from the time of notice. The total amount requested throughout the period of performance shall not exceed the specified quantities. Contractor shall be prepared to move (relocate) up three (3) each network capable multifunctional copier/printer/scanner and one (1) capable of printing 11” X 17”to be employed within a 24 hour period from the time of notice. The quantities may be split but the total amount requested throughout the period of performance shall not exceed the specified quantities. Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil). Quote must be valid for 60 days. The Government intends to award to the lowest priced small business that meets all the technical specifications listed in the attached documentation. Offers will be evaluated equally on pricing, technical capability, and no negative or adverse information on FAPIIS or SPRS in the last three years. Your quote should meet or exceed the specifications. Award will be made best value to the government, APPLICABLE PROVISIONS AND CLAUSES The following clauses will be included in the award (details can be located on www.acquisition.gov): FAR: 52.204-16 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offerors Representations and Certifications-Commercial Items, Alternate I 52.212-4 Colntract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statuses or Executive Order -- Commercial Items 52.219-6 Total Small Business Set Aside 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.237-1 Services to be performed on Government installations 52.204-13 System for Award Management Maintenance 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions--Commercial Items 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages under Executive Order 13658 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.246-4 Inspection of Services –Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.212-5 Dev Contract Terms and Conditions Required to Implement 52.219-28 Post-Award Small Business Program Representation 52.222-42 Statement of Equivalent Rates for Federal Hires DFARS: 252.204-7011 Alternate Line Item Structure 252.204-7004 Alternate A, System for Award Management 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions The Government may not consider quotes that fail to include all of the information requested in this solicitation. Questions are due by Monday, June 7, 2019 at 12:30PM EST and must be submitted via email. Questions will not be answered via telephone. Offers are due on Monday, June 10, 2019 at 10:00AM EST. Do not submit quotes on FBO; they will not be accepted. Email quotes directly to milagros.isabelbaez.civ@mail.mil.It is the vendor’s responsibility to monitor email for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror’s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »