To place a bid or register go to Unison Marketplace

View Details for Buy # 1068625

General Buy Information

Buy #: 1068625  
Solicitation #: 70FBLA21Q00000002
Buy Description: OPTION - Multi-function Copier Lease with Maintenance and Consumable Supply Agreement
Category: W -- Lease or Rental of Equipment
Sub Category: W075 -- LEASE OR RENTAL OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES
NAICS: 532420 -- Office Machinery and Equipment Rental and Leasing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Local Area Network
Buyer: DHS Federal Emergency Management Agency
End Date: 08/02/2021
End Time: 17:00 ET
Seller Question Deadline: 7/30/2021 - 11:00 ET
Delivery: Period of Performance - See below

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s) Base

Base Period of Performance: 08/16/2021 - 08/15/2022
Item No Description Qty Unit
001 LEASE OF THREE (3) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (BATON ROUGE, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. THREE (3) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
002 LEASE OF FOUR (4) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. FOUR (4) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
003 LEASE OF ONE (1) COLOR MULTI-FUNCTIONAL DEVICE WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES AND 5,000 COLOR COPIES, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. ONE (1) MULTI-FUNCTIONAL DEVICE X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
004 REMOVAL AND RETENTION OF HARD DRIVE FEE (HARD DRIVES WILL BE RETAINED BY THE GOVERNMENT UPON REMOVAL OF THE MULTI-FUNCTIONAL DEVICE FROM THE FACILITY) 8 EA
005 OVERAGE FEE FOR EXCESS BLACK AND WHITE COPIES 10000 EA
006 OVERAGE FEE FOR EXCESS COLOR COPIES 5000 EA

Line Item(s) Option 1

Option 1 Period of Performance: 08/16/2022 - 08/15/2023
Item No Description Qty Unit
001 LEASE OF THREE (3) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (BATON ROUGE, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. THREE (3) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
002 LEASE OF FOUR (4) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. FOUR (4) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
003 LEASE OF ONE (1) COLOR MULTI-FUNCTIONAL DEVICE WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES AND 5,000 COLOR COPIES, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. ONE (1) MULTI-FUNCTIONAL DEVICE X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
004 REMOVAL AND RETENTION OF HARD DRIVE FEE (HARD DRIVES WILL BE RETAINED BY THE GOVERNMENT UPON REMOVAL OF THE MULTI-FUNCTIONAL DEVICE FROM THE FACILITY) 8 EA
005 OVERAGE FEE FOR EXCESS BLACK AND WHITE COPIES 10000 EA
006 OVERAGE FEE FOR EXCESS COLOR COPIES 5000 EA

Line Item(s) Option 2

Option 2 Period of Performance: 08/16/2023 - 08/15/2024
Item No Description Qty Unit
001 LEASE OF THREE (3) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (BATON ROUGE, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. THREE (3) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 1 MO
002 LEASE OF FOUR (4) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. FOUR (4) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 4 MO
003 LEASE OF ONE (1) COLOR MULTI-FUNCTIONAL DEVICE WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES AND 5,000 COLOR COPIES, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. ONE (1) MULTI-FUNCTIONAL DEVICE X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 0 MO
004 REMOVAL AND RETENTION OF HARD DRIVE FEE (HARD DRIVES WILL BE RETAINED BY THE GOVERNMENT UPON REMOVAL OF THE MULTI-FUNCTIONAL DEVICE FROM THE FACILITY) 1 EA
005 OVERAGE FEE FOR EXCESS BLACK AND WHITE COPIES 3 EA
006 OVERAGE FEE FOR EXCESS COLOR COPIES 4486 EA

Line Item(s) Option 3

Option 3 Period of Performance: 08/16/2024 - 08/15/2025
Item No Description Qty Unit
001 LEASE OF THREE (3) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (BATON ROUGE, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. THREE (3) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
002 LEASE OF FOUR (4) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. FOUR (4) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
003 LEASE OF ONE (1) COLOR MULTI-FUNCTIONAL DEVICE WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES AND 5,000 COLOR COPIES, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. ONE (1) MULTI-FUNCTIONAL DEVICE X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
004 REMOVAL AND RETENTION OF HARD DRIVE FEE (HARD DRIVES WILL BE RETAINED BY THE GOVERNMENT UPON REMOVAL OF THE MULTI-FUNCTIONAL DEVICE FROM THE FACILITY) 8 EA
005 OVERAGE FEE FOR EXCESS BLACK AND WHITE COPIES 10000 EA
006 OVERAGE FEE FOR EXCESS COLOR COPIES 5000 EA

Line Item(s) Option 4

Option 4 Period of Performance: 08/16/2025 - 08/15/2026
Item No Description Qty Unit
001 LEASE OF THREE (3) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (BATON ROUGE, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. THREE (3) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
002 LEASE OF FOUR (4) BLACK AND WHITE MULTI-FUNCTIONAL DEVICES WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES PER MACHINE, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. FOUR (4) MULTI-FUNCTIONAL DEVICES X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
003 LEASE OF ONE (1) COLOR MULTI-FUNCTIONAL DEVICE WITH HSPD-12 PIV CARD READERS (NEW ORLEANS, LA) - INCLUDES 20,000 BLACK AND WHITE COPIES AND 5,000 COLOR COPIES, ALL MAINTENANCE, REPAIR SERVICES, PARTS, LABOR, SOFTWARE, REQUIRED LICENSES, EQUIPMENT, TOOLS, TRANSPORTATION (i.e., INSTALLATION AND REMOVAL), CONSUMABLES (EXCLUDING COPY PAPER) AND ANY INCIDENTAL ITEMS NECESSARY TO MAINTAIN THE DEVICES IN GOOD WORKING CONDITION UNTIL EXPIRATION OF THE CONTRACT. ONE (1) MULTI-FUNCTIONAL DEVICE X UNIT PRICE OF MULTI-FUNCTIONAL DEVICE = MONTHLY LEASE PRICE 12 MO
004 REMOVAL AND RETENTION OF HARD DRIVE FEE (HARD DRIVES WILL BE RETAINED BY THE GOVERNMENT UPON REMOVAL OF THE MULTI-FUNCTIONAL DEVICE FROM THE FACILITY) 8 EA
005 OVERAGE FEE FOR EXCESS BLACK AND WHITE COPIES 10000 EA
006 OVERAGE FEE FOR EXCESS COLOR COPIES 5000 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
This acquisition is 100% set-aside for small business concerns under NAICS Code 532420 with a size standard of $35.0M. In addition, this acquisition is set aside for local area concerns in accordance with FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside. The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the Government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Local Area Network Set-Aside and only qualified Sellers as defined by the Solicitation may submit bids.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
Base08/16/2021 - 08/15/2022
Option 108/16/2022 - 08/15/2023
Option 208/16/2023 - 08/15/2024
Option 308/16/2024 - 08/15/2025
Option 408/16/2025 - 08/15/2026

Buy Terms

Name Description
52.226-4 – Notice of Disaster or Emergency Area Set-Aside (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business within the designated areas for Disaster Declaration (DR) 1603 in the state of Louisiana. Refer to this link for a list of designated areas. https://www.fema.gov/disaster/1603/designated-areas. (b) Offers received from other businesses shall not be considered. (c) This set-aside is in addition to any small business set-aside contained in this contract.
52.226-3 – Disaster or Emergency Area Representation (a) Set-aside area. The area covered in this contract is: Designated areas for Disaster Declaration (DR) 1603 in the state of Louisiana. Refer to this link for a list of designated areas: https://www.fema.gov/disaster/1603/designated-areas (b) Representations. The offeror represents that it [] does [] does not reside or primarily do business in the set-aside area. (c) An offeror is residing or primarily doing business in the set-aside area if, during the last twelve months— (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set- aside area include— (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set- aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation.
System for Award Management (SAM) Requirement This solicitation requires registration with the System for Award Management (SAM) with an active registration in order to be considered for award pursuant to FAR 52.204-7.
Statement of Contractor Assurances By submitting this offer, the offeror certifies that, at the time of submission, they have adequate financial resources to perform the contract; they have the capability to comply with the required or proposed delivery or performance schedule; and otherwise meet or exceed the general standards required by FAR 9.104-1. Furthermore, by submitting this offer, the offeror also certifies that any partners or subcontractors meet or exceed the general standards required by FAR 9.104-1, and the offeror has commitments from their partners and subcontractors to deliver all commodities/services proposed.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
Shipping Condition Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
Delivery Requirement No partial shipments are permitted unless specifically authorized at the time of award.
Q&A Instructions Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).
Supplemental Bid Information In addition to providing pricing at www.unisonmarketplace.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. Submissions can be sent to marketplacesupport@unisonglobal.com.
Pricing Instructions Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the "Pricing in another line item" function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the Unison "Submit a Question" feature. regarding which line item(s) should be included in which other line item(s) and request reposting. In addition to providing pricing information, the Seller shall submit the NON-PRICING INFORMATION described in "Buy Attachment(s)" and "Attachment Requirements". A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive.
Delivery of Order Delivery must be made within ten (10) business days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed ten (10) business days - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted.

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

All interested Offerors must submit all information referenced in Request for Quotation 70FBLA21Q00000002.
Volume I: Technical Evaluation Factors (cont'd) Factor 2 - Technical Approach To be technically acceptable, each offeror must clearly demonstrate the ability to provide and perform all services in compliance with the requirements described in the SOW. Each offeror shall provide an implementation plan that includes a calendarization of the events, identification of the individual responsible for completion of said event, and describes the following: 1) Delivery and Installation; 2) Contractor Provided Training; 3) Maintenance and Repair Services; 4) Consumable Supplies; and 5) Contractor Personnel.
Volume I: Technical Evaluation Factors - This information will be used to determine technical acceptability. Technical information will be evaluated on an acceptable/unacceptable basis. Factor 1 - Technical Capability To be technically acceptable, each offeror must demonstrate that each proposed Multi-functional device proposed meets the minimum technical requirements as well as any information technology (IT) and security requirements set forth in the Statement of Work (SOW). At minimum, this section shall include the following information: • Thorough and comprehensive technical information which identifies the make, model, and description of the Multi-function Device proposed and demonstrate that all features meet the capabilities for the following items: 1) Technical Requirements; 2) Device Documentation; 3) Hardware and Software; 4) Configurations and Settings; 5) Network Protocol; and 5) Section 508 Accessibility Conformance Report.
Volume III: Business Information (cont'd) 4)Documentation to support the representation at FAR 52.226-3, Disaster or Emergency Area Representation. a)Offeror shall submit completed representations in accordance with FAR 52.226-3. b)Offeror shall present a copy of a current operating office building ownership/lease documentation as supporting evidence of any permanent office(s) and any office(s) in the set-aside area. c)Offeror shall present supporting documents showing the offeror’s gross revenues during the past 12 months, including previous IRS tax year records, as supporting evidence that at least half of gross revenues were generated by office in the set aside area. d)Offeror shall submit any additional documents necessary to support their Disaster or Emergency Area Representation. Refer to FAR 52.226-3.
Volume III: Business Information - This information will only be reviewed by the Contracting Officer in making the responsibility determination. This information will not be reviewed as part of the technical evaluation. 1)Completed Representations, Certifications, and Other Statements of Offerors (Refer to FAR 52.212-3) 2)Representation by Corporations Regarding Delinquent Tax Liability or Felony Conviction Under any Federal Law (Refer to FAR 52.209-11) 3)Small Business Representation (Refer to FAR 52.219-1)

Buy Attachment(s)

No. Document Name   Document Size
001 1_1_3_Attachment_I_Statement_of_Work_07_16_2021.pdf   171 KB
002 2_2_1_Request_for_Quotation_70FBLA21Q00000002_07_16_2021.pdf   431 KB