The RFP Database
New business relationships start here

Lease of Multi-Function Devices for the Manchester NH VBA Regional Office


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS SOLICITATION

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; quotes are being requested and a written solicitation will not be issued. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

Solicitation 36C10E18Q9377 is issued as a request for quote (RFQ).

The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99, effective June 15, 2018.

The combined synopsis/solicitation is set aside for Service-Disabled Veteran-Owned Small Business concerns only. Only quotes submitted by Service-Disabled Veteran-Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a verified SDVOSB in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 532420 and the Small Business Size limitation is $32.5 Million. Offers from SDVOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award.

The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services needed to integrate ten (10) new multifunction devices for the duplication, scanning, faxing and printing of various types of documents for the Department of Veterans Affairs Manchester VBA Regional Office. See attached Statement of Work (SOW).

Please provide pricing for all CLIN as shown in the attached price schedule.

Description of Requirement: This attached Statement of Work delineates the various tasks and activities required for the installation and integration of new multi-function devices for the Manchester VBA Regional Office. The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to install ten (10) new multi-function devices, as well as provide maintenance and repair services for all units identified above. See attached SOW for additional details.




vii. Period of Performance: The lease period of performance will begin after all devices are installed, and will continue with a base period of one year, with four one-year option periods.

viii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions are added as addenda:

52.211-6 Brand Name or Equal (AUG 1999)
52.214-21 Descriptive Literature (APR 2002)
52.217-5 Evaluation of Options (JUL 1990)
52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Provision)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(End of Addendum to 52.212-1)

ix. FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. 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 as the only factor considered.

Submission of Offers:

Offers are due no later than July 25, 2018 by 2:00 PM EST.

Offers shall be submitted electronically to Heather.Hampton@va.gov. The email subject line must contain the following: Quote in Response to 36C10E18Q9377, Multi-Function Devices, Manchester NH VBA .

Offers shall be based on the requirements of the solicitation, and must contain the following:

A cover page including the following information: Business Name, Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, and Tax Identification Number (TIN),
Detailed information showing the specifics of the proposed equipment. If offering or equal equipment the quote package must include descriptive literature showing the product s characteristics in order for the VBA to evaluate the acceptability of the product.
A completed price schedule in the format as provided in the attachment.
Acknowledgement of any amendments (if applicable).

Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is July 13, 2018 by 2:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.

Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov(FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable.

x. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (NOV 2017) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________.

xi. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda:

52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)

The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
If the Government exercises this option, the extended contract shall be considered to include this option clause.
The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years.

52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.252-2 Clauses Incorporated by Reference (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Clause)
852.203-70 Commercial Advertising (JAN 2008)
852.211-73 Brand Name or Equal (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION)

LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)

(End of Addendum to 52.212-4)

xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:

Paragraph a clauses applicable:

(1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (JAN 2017)
(2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
(3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553).
(4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)

Paragraph b clauses applicable:

(4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
(8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
(22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013)
(25) 52.222-3 Convict Labor (June 2003)
(26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016)
(27) 52.222-21 Prohibition of Segregated Facilities (APR 2015)
(28) 52.222-26 Equal Opportunity (SEP 2016)
(30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
(33)(i) 52.222-50 Combating Trafficking in Persons (MAR 2015)
(40) 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007)
(42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(47)(ii) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)(Alt.II)
(49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
(56) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)

Paragraph c clauses applicable:

(6) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014)

xiii. Additional Contract Requirements or terms and conditions: None

xiv. Defense Priorities and Allocations Systems and assigned rating: N/A

xv. Offers are due no later than July 25, 2018 by 2:00 PM EST. Offers shall be submitted electronically to Heather.Hampton@va.gov. The email subject line must contain the following: Quote in Response to 36C10E18Q9377, Multi-Function Devices Manchester NH . Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered.

For additional information, please contact the Contracting Officer, Heather Hampton at (336) 251-0500, or via e-mail to Heather.Hampton@va.gov.



**See attached document: Statement of Work and List of Equipment for 36C10E18Q9377
**See attached document: Price/Cost Schedule for 36C10E18Q9377

Heather Hampton
heather.hampton@va.gov

heather.hampton@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP