The RFP Database
New business relationships start here

Short-Term Rental of Office Copiers


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

CANCELLATION NOTICE: Bids are being solicited under solicitation number SES16072019. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.UnisonMarketplace.com and reference Buy No. 984497.GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2019-07-30 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Special Shipping Instructions.. The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: Short-term rental of FIVE (5) (NEW) 45 PPM Color Unit Copiers, from September 17, 2019 at 7:00 a.m. through September 29, 2019 at 7:00 p.m. Each unit includes 1,400 color impressions for a total of 9,800 pooled color impressions. Rental includes all machine consumables (toner, staples, etc.)., 5, EA;LI 002: Rental includes Hard Drive and Xerographic Module removal on all FIVE (5) units, 5, EA;LI 003: ONSITE Laborers/Technicians: technical service starting Tuesday, September 17, 2019 through Sunday, September 29, 2019, from 7:00 A.M. to 7:00 P.M., 672, HR;LI 004: STANDBY After Hour Service Laborer / Technician Support Tuesday, September 17, 2019 through Sunday, September 29, 2019, from 7:00 P.M. to 7:00 A.M., 1, LT;LI 005: Copier Paper Supply @ 51 Cases/Boxes, 51, EA;LI 006: Color impressions overages (unit cost per copy), 1, LT;LI 007: Black & White impressions overages (unit cost per copy), 1, LT;LI 008: Delivery/Installation/Removal of all FIVE (5) units) Delivery Location: The Lotte New York Palace Hotel, 455 Madison Avenue, New York, NY 10022, 1, LT;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, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers 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 Sellers require additional clarification, contact 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.All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturerbs warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.

The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturerbs current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc.GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.
In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.")Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award.Be advised only equipment that is on the catalog is eligible to be proposed. Proposing equipment that is not on the catalog will render your bid as unacceptable and will automatically be rejected from considerationTo be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.Offerors must identify each line item being offered on a bid as Buy American Act (BAA) or Trade Agreements Act (TAA)-compliant or request a waiver on solicitations against VCES. All items that are not TAA or BAA compliant must be approved by a DOS Contracting Officer before award can be issuedb. Reference FAR clause 52.225-5, Trade Agreements.In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com.New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, re-manufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products
submitted in this Bid from manufacturer-approved channels for Federal sales, in
accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP