74--Option Final Bid - Copiers for Beeville and Corpus Christi
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this... AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR619Q00000033 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 532420 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-05-15 16:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 06/06/2019 - 06/05/2020 LI 001: Base Period 12 Months: Multi-function devices 12 MO (MFD) / copier/scanner / printer as outlined in the attached Statement of Objectives (SOW) 3 Copiers for Corpus Christi Branch III Location, 1 Copier for Beeville Location. Anticipated Award Type: Firm-fixed-price *Include quote for hard drive removal which shall be surrendered to FEMA at contract termination., 12, MO; Option 1 Period of Performance: 06/06/2020 - 12/05/2020 LI 001: Option Period 1: Multi-function devices (MFD) / 6 MO copier/scanner / printer as outlined in the attached Statement of Objectives (SOW) 3 Copiers for Corpus Christi Branch III Location, 1 Copier for Beeville Location. Anticipated Award Type: Firm-fixed-price *Include quote for hard drive removal which shall be surrendered to FEMA at contract termination., 6, MO; Option 2 Period of Performance: 12/06/2020 - 06/05/2021 LI 001: (MFD) / 6 MO/ copier/scanner / printer as outlined in the attached Statement of Objectives (SOW) 3 Copiers for Corpus Christi Branch III Location, 1 Copier for Beeville Location. Anticipated Award Type: Firm-fixed-price *Include quote for hard drive removal which shall be surrendered to FEMA at contract termination., 6, MO; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Small Business Local Area Set Aside IAW FAR 52.228-3, 52.228-4 and 52.228-5 "Non-local vendors are welcomed to bid, however local preference will be given to local vendors residing or primarily doing business in the disaster affected counties Hurricane Harvey DR4332TX which will be verified prior to selection for award." Small business size standard is $32,500,000.00 is applicable. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10 Non-local vendors are welcome to bid, however local preference will be given to vendors residing or primarily doing business in the disaster affected areas in FEMA-DR-4332-TX which will be verified prior to selection for award New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Buyers may use criteria other than price to evaluate offers: Order of precedence: Qualified seller, Price, Technical Acceptance, Delivery Disaster or Emergency Area Representation (Nov 2007) (a) Set-aside area. The area covered in this contract is the State of Texas Counties of: Aransas, Austin, Bastrop, Bee, Bexar, Brazoria, Burleson, Caldwell, Calhoun, Chambers, Colorado, Comal, Dallas, DeWitt, Fayette, Fort Bend, Galveston, Goliad, Gonzales, Grimes, Guadalupe, Hardin, Harris, Jackson, Jasper, Jefferson, Jim Wells, Karnes, Kleberg, Lavaca, Lee, Liberty, Madison, Matagorda, Milam, Montgomery, Newton, Nueces, Orange, Polk, Refugio, Sabine, San Augustine, San Jacinto, San Patricio, Tarrant, Travis, Tyler, Victoria, Walker, Waller, Washington, Wharton
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »