South Carolina Bids > Bid Detail

Up to 60-month lease of 72 A3 MFDs with associated accessories/services

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159610138874603
Posted Date: Mar 5, 2024
Due Date: Mar 28, 2024
Source: https://sam.gov/opp/ea446dbf4d...
Follow
Up to 60-month lease of 72 A3 MFDs with associated accessories/services
Active
Contract Opportunity
Notice ID
SP7000-24-Q-0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DCSO
Sub Command
DCSO HARRISBURG
Office
DCSO-P NEW CUMBERLAND
Looking for contract opportunity help?

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).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 05, 2024 09:36 am EST
  • Original Published Date: Jan 05, 2024 01:36 pm EST
  • Updated Date Offers Due: Mar 28, 2024 12:00 pm EDT
  • Original Date Offers Due: Feb 20, 2024 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 12, 2024
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Goose Creek , SC 29445
    USA
Description View Changes

Amendment SP7000-24-Q-0004 P00003 Extend the submission deadline to 28 March 2024 @ 1200 EST to allow time for vendor questions to be answered.



Amendment SP7000-24-Q-0004 P00002 Extend the submission deadline to 7 March 2024 @ 1200 EST.



Amendment SP7000-24-Q-0004 P00001 Question and Answer



General

This is a combined synopsis/solicitation for commercial products and services prepared in accordance

with the format in FAR subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for

Commercial Products and Commercial Services, in conjunction with FAR subpart 13.5, 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. This solicitation is issued as a

Request for Quotation (RFQ) number SP7000-24-Q-0004.

This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)

2023-06 effective 4 DEC 2023, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN

20231030 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5.

The Government anticipates awarding one firm fixed price contract to the vendor that submits the Lowest

Priced Technically Acceptable (LPTA) quote. Inspection and acceptance will occur at FOB destination.

Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation. Any award

resulting from this solicitation will be issued on a Standard Form (SF) 1449.

This procurement is being issued unrestricted. The associated North American Industrial Classification

System (NAICS) code is 532420. The small business size standard is $40,000,000.00. The Federal Supply

Class code is W074. This acquisition is full and open. No set-aside is available.

Requirement Description

DLA has a requirement for an up to 60-month lease of 72 multi-functional devices (MFDs) and

accessories/services for support of the Navy Nuclear Power Command (NNPTC)/Navy Nuclear Power

Unit (NNPTU). The services associated with the leased devices sought are delivery and installation, enduser

training, full-service maintenance, including all consumable supplies (excluding paper), relocation,

technical refresh, removal, reports, network functionality, and network security. Please refer to

Attachment 1 – Performance Work Statement (PWS) for requirement details.

In accordance with FAR Clause 52.217-6 the contracting officer reserves the right to increase the quantity

of equipment and services at the awarded unit prices listed for each CLIN, not to exceed 20 percent per

CLIN over the first 24 months of the contract.

Estimated Period of Performance

Base Period: 06/01/2024 – 09/30/2024, 4 Months

Option Period 1: 10/01/2024 – 09/30/2025, 12 Months

Option Period 2: 10/01/2025 – 09/30/2026, 12 Months

Option Period 3: 10/01/2026 – 09/30/2027, 12 Months

Option Period 4: 10/01/2027 – 09/30/2028, 12 Months

Option Period 5: 10/01/2028 – 05/31/2029, 8 Months

Network Testing

Will only be accomplished with the lowest priced technically acceptable awardee after

award in-accordance-with the requirements set-forth in the Performance Work Statement. If the awardee

is unable to pass network testing, the award will be terminated for cause in-accordance-with FAR

Page 1 of 67

52.212-4(m). The Government will then issue an award to the next lowest priced technically acceptable

offeror; which that awardee will then be required to pass network testing. This process will be followed

until a technically acceptable low offeror successfully passes network testing.

Delivery

30 days after successful testing and installation of the locking mechanism on the test devices. See

Attachment 1 – PWS for additional details.

Important Dates

Solicitation Issue Date: 01/05/2024

Solicitation Questions Round 1 Submission Due Date: 1/19/2024 no later than 4:00 PM Eastern.

Solicitation Questions Round 2 Submission Due Date: 2/2/2024 no later than 4:00 PM Eastern.

Solicitation Close Date: Quotes must be received by 2/20/2024 no later than 10:00 AM Eastern.

Points of Contact

Please submit correspondence in conjunction with this solicitation to the point of contact listed below.

Primary POC: Secondary POC:

Contracting Specialist: Yvonne Cone Contracting Officer: Chad Parent

E-mail Address: yvonne.cone@dla.mil E-mail Address: chad.parent@dla.mil

Provisions/Clauses

FAR 52.212-1 Addendum

Quotes must be submitted electronically only to the points of contacts listed above. Quotes must be

submitted in English and in United States Dollars. It is the vendor’s responsibility to ensure that their

electronic correspondence and/or quote information has been received by the Government. Any quotes

received after the closing date and time will be late and will not be accepted. The Contracting Officer

reserves the right to make award without discussions.

PLEASE NOTE FAILURE TO SUBMIT ANY OF THE INFORMATION REQUIRED BY THIS

SECTION MAY RESULT IN A NON-RESPONSIVE DETERMINATION:

Please submit the quote in five (5) different parts: Cover Page, Technical, Past Performance, Pricing, and

Offeror Representations and Certification. Please include the following statement on every page for Parts

II, III, and IV of your proposal: “SOURCE SELECTION INFORMATION – SEE FAR 2.101 and FAR

3.104.” Additionally, include Signed acknowledgements of amendments (applicable only if any

amendments are issued against this solicitation)

Part I – Cover Page

a. Offeror company name

b. Offeror Commercial and Government Entity (CAGE) Code

c. Offeror mailing address

d. Offeror POCs

e. Offeror POC job title

f. Offeror POC phone number

g. Offeror POC e-mail address

h. Quote expiration date

Page 2 of 67

Part II – Technical (See Attachment 4 - PWS Compliance Form)

Part III - Past Performance. Indicate prior past performance, if applicable.

Part IV – Pricing (See Attachment 2 - CLIN structure)

Part V - Offeror Representations and Certifications (See Attachment 6 for a copy of FAR clause 52.212-

3):

Evaluation Criteria

FAR 13.106-2 Evaluation of Quotations or Offers – The Government intends to evaluate quotes

in response to this quotation and will award one firm-fixed priced contract to the lowest price,

technically acceptable contractor whose quote represents the lowest price. Therefore, to be

considered for award, contractors are required to submit descriptive product literature/technical

information which clearly indicates the product offered meets the Government minimum

requirements. This information will be used to determine technical acceptability. Technical

information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated.

Any contractor who has submitted technically acceptable product information will then have its

quote evaluated for price.

The evaluation method that will be utilized is Lowest Priced Technically Acceptable (LPTA) in

accordance with FAR 15.101-2. Award will be made on the basis of the lowest evaluated price of quotes

meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted. Quotes

are evaluated for acceptability but not ranked using the non-cost/price factors. The evaluation criteria are

as follows: Price, Technical Capability, and Past Performance.

All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF).

The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation. The complete

text of any of the clauses and provisions may be accessed in full text at http://acquisition.gov/.

FAR 52.212-1 – INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND

COMMERCIAL SERVICES

FAR 52.212-2 – EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

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:

Price

Technical Capability

Past Performance

Technical and past performance, when combined, are less important than price.

FAR 52.212-3 – OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL

PRODUCTS AND COMMERCIAL SERVICES

Page 3 of 67

FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL PRODUCTS AND

COMMERCIAL SERVICES

FAR 52.212-5 – CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT

STATUTES OR EXECUTIVE ORDERS – COMMERCIAL PRODUCTS AND COMMERCIAL

SERVICES

DLAD 52.204-9000 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS

Additional provisions/clauses other than those stated above may be required on the solicitation as well as

the resulting award document.

Attachments

Attachment 1 Performance Work Statement (PWS)

Attachment 2 CLIN Structure

Attachment 3 Delivery Schedule

Attachment 4 PWS Compliance Form

Attachment 5 QASP

Attachment 6 Offeror Representations and Certifications (FAR 52.212-3)

Attachment 7 Procurex Reverse Auction Instructions

Attachment 8 FAR clause 52.204-30


Attachments/Links
Contact Information
Contracting Office Address
  • 5404 J AVE BLDG 404
  • NEW CUMBERLAND , PA 17070-5059
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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.

Start Free Trial Today >