The RFP Database
New business relationships start here

Copier Maintenance for Riverside School in accorda


Virginia, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SMALL BUSINESS SET ASIDE:

This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. 140A1619Q0332 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.

This acquisition is for a Small Business Set-Aside. NAICS Code: 811212.



STATEMENT OF WORK PHOTOGRAPHIC EQUIPMENT MAINTENANCE & REPAIR & SUPPLIES

The following services to be provided for:
Riverside Indian School (RIS)
101 Riverside Drive, Anadarko, Oklahoma 73005

Purpose:
The contractor shall provide maintenance, repairs and supplies for the photographic (copiers) equipment located on the campus of Riverside Indian School.

Location of Services:
Riverside Indian School campus - the location of equipment under this Statement of Work will include the Administration Office, High School Mail Room and the Teacher's Lounge.

Description of Service:
The work will consist of repairs and maintenance to the photographic equipment on an as needed, on-call basis. The list of photographic equipment covered by the SOW follows:

Copier Location    Model No.    Serial No.


Administration Office High School Mail Room Teacher's Lounge

Aficio MP 9002
Aficio MP 7502
Aficio MP 7502

W884LC00105 W874LC00273 W874LB00155

The vendor will troubleshoot, repair, maintain, and provide all materials and parts to complete the maintenance and repairs for the photographic equipment. The vendor will also provide required supplies for functionality of the equipment, such as toner and staples.

All materials, equipment and supplies shall be new and of the highest and suitable grade and quality or equivalent, free from any defects or imperfections for the purpose needed, unless otherwise specified by the Contracting Officer.

All work shall be performed in a skillful and workmanlike manner.

All work shall be performed during normal business hours from 8:00 am to 4:30 pm, Monday through Friday.

Conditions:
The vendor shall be called to perform work and services or provide supplies by the Secretary in the Administration office and by the clerk in the High School office or by their authorized representative of Riverside Indian School
Date of Service:
The time frame for authorized work under this purchase order will begin on the date of the Contract Award with a base year and four option years.


END OF SOW

BASE YEAR
QUOTE LINE ITEMS: (Please provide a breakdown of total cost)

Services (monthly): = $__________________

Total Price for the Year = $______________________
OPTION YEAR 1
QUOTE LINE ITEMS: (Please provide a breakdown of total cost)

QUOTE LINE ITEMS: (Please provide a breakdown of total cost)

Services (monthly): = $__________________

Total Price for the Year = $______________________
OPTION YEAR 2
QUOTE LINE ITEMS: (Please provide a breakdown of total cost)

Services (monthly): = $__________________

Total Price for the Year = $______________________
OPTION YEAR 3
QUOTE LINE ITEMS: (Please provide a breakdown of total cost)

Services (monthly): = $__________________

Total Price for the Year = $______________________
OPTION YEAR 4
QUOTE LINE ITEMS: (Please provide a breakdown of total cost)

Services (monthly): = $__________________

Total Price for the Year = $______________________
EVALUATION FACTORS
M. 1    Contract Award
Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offers may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an offeror's past performance information or to resolve minor or clerical errors).
M.2    Evaluation
The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable". All Factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered.
M.3    Evaluation Factors
Factor I -    Technical Capability
Factor II -    Relevant Experience
FACTOR I -    Technical Capability Proposal:
The Technical Capability Proposal should have as much details as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following:
a.    Knowledge and understanding of the requirements outlined in the SOW.
b.    Understanding of general and local conditions which can affect the SOW.
c.    Logical sequence of steps and/or specific techniques to accomplish all required tasks specified in the SOW.
FACTOR II -    Relevant Experience:
Offeror shall provide at least 3 references with similar size, scope, and complexity of work completed within the last three (3) years. Preferably work should be with Federal Agencies. List the contract numbers; contract amount; brief description of work; name of Government (Federal) Agency; point of contacts; addresses; and current telephone and fax numbers. This factor is the quality of work and depth of relevant experience of the offeror previously completed projects on project management, coordination, compliance, timeliness, dollar value, and related contracts requirements.
Contractors shall provide:
B?    Names, telephone numbers, and FAX numbers of principal officials in charge of the project who are familiar with ContractorB?s experience.
B?    A description of the work performance,
B?    The agency/company or individuals they worked for,
B?    The size (value) and location of the contracts,
B?    Contract numbers.


FAR 52.212-02: Evaluation -Commercial Items:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

52.217-05, Evaluation of Options:
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement.

BACKGROUND INVESTIGATION:

In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment.

Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM).

A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made.

Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation.

Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation.

If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award.

If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children.

All Contract Clauses and provisions incorporated in this solicitation can be read in full text by visiting the following websites or may be requested from the Contracting Officer:
http://farsite.hill.af.mil

CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.213, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR52.217-6 Option for Increased Quantity; FAR52.217-7, Option for Increased Quantities-Separately Priced Line Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-18 Availability of Funds; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive,DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program.

Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to John Fife by email at john.fife@bia.gov. Any further questions regarding this announcement may be directed to John Fife, Contract Specialist, via email no later than 26 August 2019.

All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.

Fife, John

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP