Hawaii Bids > Bid Detail

Up to 17 month lease of 17 MFDs for Hawaii

Agency:
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159754156122213
Posted Date: Feb 22, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/cfd5c38886...
Follow
Up to 17 month lease of 17 MFDs for Hawaii
Active
Contract Opportunity
Notice ID
SP7000-24-Q-1012
Related Notice
SP7000-24-RFI-1014
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 01:17 pm EST
  • Original Date Offers Due: Feb 26, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3610 - PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    HI
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 – Streamlined solicitation for commercial products or commercial services, in conjunction with FAR Part 13, 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-1012.





This notice incorporates clauses and provisions in effect through Federal Acquisition Circular (FAC) 2024-02 effective 22 January 2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change effective date 22 January2024, and Defense Logistics Acquisition Directive (DLAD) Revision 5 effective 11 December 2023 through PROCLTR 24-01. Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation.





The proposed contract action is for supplies for which the Government intends to solicit and negotiate with Only One Source under the authority of FAR 13.106-1(b). All responsible sources may submit quotations which shall be considered by the agency.





This acquisition is not set-aside for small business. The associated North American Industrial Classification System (NAICS) code is 532420.





DCSO-P New Cumberland has a requirement to lease 17 multi-functional devices with associated maintenance.





Period of Performance with Options: 1 April 2024 - Up to 31 August 2025



Base Period: 04/01/2024 - 09/30/2024 (6 months)



Option 1: 10/01/2024 - 12/31/2024 (3 months)



Option 2: 01/01/2025 - 03/31/2025 (3 months)



Option 3: 04/01/2025 - 06/30/2025 (3 months)



Option 4: 07/01/2025 - 08/31/2025 (2 months)





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



All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). FAR 52.212-1 OFFER SUBMISSION INSTRUCTIONS – Quotes must include the following items.





Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.






  1. Quotations may be submitted in contractor format and shall include:

    1. Company name, address, telephone number, e-mail address, and FAX number

    2. Solicitation number

    3. Contractor DUNS Number and Commercial and Government Entity (CAGE) Code

    4. Unit Price and extended price for CLIN

    5. Technical information (as stated below under FAR 13.106-2)

    6. Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation)








  1. FAR 52.212-2 Evaluations-Commercial Items (OCT 2014)



(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, and Past Performance as stated within Evaluation Factors For Award.





Technical and past performance, when combined, will not be weighted. The Lowest Price Technically Acceptable (LPTA) source selection process will be utilized.





(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.






  1. Contractors are required to include a copy of the FAR provision Contractors are required to include a copy of the FAR provision 52.212-3-offeror Representations and Certifications-Commercial products and DFAR 252.212-7000-Offeror Representation and Certification- Commercial products with its proposal or may indicate completion of the representations and certifications on the internet at http://SAM.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.





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.







All questions and inquiries should be addressed via email to tyler.bowman@dla.mil – Request for Quotation Number SP7000-24-Q-1012.





Offerors responding to this announcement shall submit their quotation via email to Tyler Bowman at tyler.bowman@dla.mil. All quotes must be received by 26 February 2024 at 2:00 PM Eastern to be considered for award.







CLIN Structure (See Equipment List for additional information):





Base Period: 04/01/2024 - 09/30/2024



CLIN 0001 QTY. 5 MFDs x 6 months = 30 Each



CLIN 0002 QTY. 12 MFDs x 6 months = 72 Each





Option Period 1: 10/01/2024 - 12/31/2024



CLIN 1001 QTY. 5 MFDs x 3 months = 15 Each



CLIN 1002 QTY. 12 MFDs x 3 months = 36 Each





Option Period 2: 01/01/2025 - 03/31/2025



CLIN 2001 QTY. 5 MFDs x 3 months = 15 Each



CLIN 2002 QTY. 12 MFDs x 3 months = 36 Each





Option Period 3: 04/01/2025 - 06/31/2025



CLIN 3001 QTY. 5 MFDs x 3 months = 15 Each



CLIN 3002 QTY. 12 MFDs x 3 months = 36 Each





Option Period 4: 07/01/2025 - 08/31/2025



CLIN 4001 QTY. 5 MFDs x 2 months = 10 Each



CLIN 4002 QTY. 12 MFDs x 2 months = 24 Each


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 >