Pennsylvania Bids > Bid Detail

SP7000-24-Q-0007 13 Multi-Functional Devices

Agency:
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159011945278711
Posted Date: Jan 22, 2024
Due Date: Jan 23, 2024
Source: https://sam.gov/opp/32a9611992...
Follow
SP7000-24-Q-0007 13 Multi-Functional Devices
Active
Contract Opportunity
Notice ID
SP7000-24-Q-0007
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: Jan 22, 2024 09:43 am EST
  • Original Published Date: Jan 22, 2024 09:28 am EST
  • Updated Date Offers Due: Jan 23, 2024 03:00 pm EST
  • Original Date Offers Due: Jan 23, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 07, 2024
  • Original Inactive Date: Feb 07, 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:
    Philadelphia , PA 19112
    USA
Description View Changes

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-0007.





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

(FAC) 2023-06 effective 04 DEC 2023, and Defense Federal Acquisition Regulation Supplement

(DFARS) DPN 20231222 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5.





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. The size standard is $40M.





DCSO-P New Cumberland has a requirement to lease 13 multi-functional devices with associated

maintenance.





Period of Performance with Options: 1 February 2024 - Up to 31 May 2025





The PoP should be as follows:

Base Period: 02/01/2024 - 9/30/2024 (8 months)

Option Period 1: 10/01/2024 - 01/31/2025 (4 months)

Option Period 2: 02/01/2025 - 02/28/2025 (1 month)

Option Period 3: 03/01/2025 - 03/31/2025 (1 month)

Option Period 4: 04/01/2025 - 04/30/2025 (1 month)

Option Period 5: 05/01/2025 - 05/31/2025 (1 month)





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).





2. 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 Natalie.Morris@dla.mil Quotation Number

SP7000-24-Q-0007.





Offerors responding to this announcement must submit their quotation via email to Natalie.Morris@dla.mil.





All quotes must be received by January 23, 2024, at 3 PM Eastern to be considered.





CLIN Structure:



CLIN 0001 POP: 1 February 2024 – 30 September 2024

13 Devices x 8 Months = 104 EA (See Device List)



CLINs 1001: 1 October 2024 – 31 January 2025

13 Devices x 4 Months = 52 EA (See Device List)



CLIN 2001 1 February to 28 February 2025

13 Devices x 1 Month = 13 EA (See Device List)



CLIN 3001: 1 March 2025 – 31 March 2025

13 Devices x1 Month = 13 EA (See Device List)



CLIN 4001: 1 April 2025 – 30 April 2025

13 Devices x 1 Month = 13 EA (See Device List)



CLIN 5001: 1 May 2025 – 31 May 2025

13 Devices x 1 Month = 13 EA (See Device List)


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 >