Copier Rental/Lease in Support of DR-4482-CA
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159478231461956 |
Posted Date: | Feb 20, 2024 |
Due Date: | Feb 26, 2024 |
Source: | https://sam.gov/opp/f9e30220ef... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Original Published Date: Feb 20, 2024 01:33 pm PST
- Original Date Offers Due: Feb 26, 2024 12:00 pm PST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 12, 2024
-
Initiative:
- None
- Original Set Aside: Local Area Set-Aside (FAR 26.2)
- Product Service Code: 7490 - MISCELLANEOUS OFFICE MACHINES
-
NAICS Code:
- 532420 - Office Machinery and Equipment Rental and Leasing
-
Place of Performance:
Pasadena , CA 91103USA
Federal Emergency Management Agency- Region 9 intends to rent 2 copiers, 1 Color and 1 Black and White multifunction devices (hereafter collectively referred to as devices) for full service maintenance for hardware and software. The Contractor shall provide full-service multifunction work center device with maintenance to include service calls, labor and any major components identified in the offeror’s normal definition of full service. Contractor shall provide full on-site maintenance service to include on call maintenance and any manufacturer’s recommended maintenance and service shall include but not limited to all labor, equipment, tools, materials, parts, supervision, transportation, lodging, etc. Expendables and system upgrades shall not be included and will be procured separately as determined necessary by the government. Service is required to maintain safe operations and/or to keep system performing within the manufacture’s specifications and the terms and conditions of this contract.
52.226-4 Notice of Disaster or Emergency Area Set-Aside.
As prescribed in 26.206(b), insert the following clause:
Notice of Disaster or Emergency Area set-Aside (Nov 2007)
(a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in California. Offers received from other businesses shall not be considered.
(b) This set-aside is in addition to any small business set-aside contained in this contract.
(End of clause)
52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area.
As prescribed in 26.206(c), insert the following clause:
Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007)
(a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting.
(b) The Contractor agrees that in performance of the contract in the case of a contract for-
(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the area designated in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials;
(3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or
(4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area.
(End of clause)
SOLICITATION NO.: 70FBR924Q00000009
Requirement Title: Copier Lease in Support of DR-442-CA
1.0. Order Information
1.1 NAICS Code: 532420 -- Office Machinery and Equipment Rental and Leasing
1.2. Contract Type: Firm Fixed Price
1.3. Period of Performance: The period of performance for this purchase order is estimated to be 3/01/2024 – 9/30/2024.
-Base Period (CLIN 0001 & CLIN 0002): 7 Months (from date of award).
-Option Period(s):
oBase: Coper Rental/Lease 3/01/2024 – 9/30/2024
oOption 1: Extend Base Services 3 Months
oOption 2: Extend Base Services for 6 Months
oOption 3: Extend Base Services for 1 Month
The actual start date of the period of performance will be based on the date of the purchase order is awarded.
Options may be exercise more than once and in any order in accordance with FAR 52.217-9.
1.4 Funding: Funds are not presently available for this Purchase Order. Award of this Purchase Order is contingent upon the availability of appropriated funds.
2.0. Contract Line Items (CLINs) and Contract Type by CLIN
0001 – Copier Rental/Lease (FFP)
0001A – Option 1 (FFP)
0001B – Option 2 (FFP
0001C – Option 3 (FFP)
0002 - Copier Rental/Lease (FFP)
0002A – Option 1 (FFP)
0002B – Option 2 (FFP
0002C – Option 3 (FFP)
0003 – Hard Drives (FFP)
0004 – Delivery/Pick-up (FFP)
0005 – Overages (FFP)
3.0. Description of Services
See the Statement of Work dated 2/20/2024 and included as “Attachment 3.”
4.0. Offer Preparation and Submission
Quotes must include the following:
4.1. Technical Quote
4.2 Price Quote
5.0. Evaluation Factors and Basis of Award
The Government intends to make award based upon the overall best value.
Offeror shall provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements of the solicitation based on an assessment of relevant experience from the contractor.
5.1 Evaluation Factors (listed in descending order of importance):
Factor 1: Proposed Copiers with specifications.
Factor 2: Delivery Schedule.
Technical factors are more important than cost or price.
5.2 Basis of Award: A FFP Award is anticipated once it has been determined that the Offeror is responsive/responsible, the prices are acceptable, reasonable, and realistic and the vendor has been determined to be the overall best value to the government.
6.0 Other Information
This section intentionally left blank.
7.0 Solicitation Provisions and Representations See Attachment 1.
Questions Due Date: Submit all question via email to stephanie.lindner@fema.dhs.gov by February 22, 2024, 3:00pm, Pacific Time
Offer Due Date: Submit the offer and all required documents via email to stephanie.lindner@fema.dhs.gov by February 26, 2024, 12pm Pacific Time
Attachments to the Solicitation:
Attachment 1 - Solicitation Provisions and Offeror Representations
Attachment 2 - OF347 (Sections B through J)
Attachment 3 - Statement of Work (dated 2/20/2024)
Attachment 4 - Annex A Minimum Device Specifications
Attachment 5 - Key Personnel
Attachment 6 - Wage Decision
****OF347 will be issued as the award document. Sections B-J are being provided as part of the solicitation to ensure vendors are provided all necessary information.
- N/A
- KANSAS CITY , MO 64108
- USA
- Stephanie R. Lindner
- stephanie.lindner@fema.dhs.gov
- Phone Number 8168091596
- Feb 20, 2024 01:33 pm PSTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.