Skip to main content

An official website of the United States government

You have 2 new alerts

CSU NEW Multi-Function Devices & Maintenance Support

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 (Updated)
  • Updated Published Date: Jul 09, 2024 11:41 am CDT
  • Original Published Date: Jul 08, 2024 07:33 am CDT
  • Updated Date Offers Due: Jul 11, 2024 04:00 pm CDT
  • Original Date Offers Due: Jul 11, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 26, 2024
  • Original Inactive Date: Jul 26, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J074 - MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Clinton , OK 73601
    USA

Description

AMENDMENT 1: CORRECTION TO QTY FOR CLIN 0005 - 0012 (SEE ATTACHED AMENDMENT)

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0136.  Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is 100% Small Business Set-aside. The associated NAICS code is 811210.

PERIOD OF PERFORMANCE:        BASE YEAR –                      07/29/2024 – 07/28/2025

                                                                OPTION YEAR 1 –              07/29/2025 – 07/28/2026

                                                                OPTION YEAR 2 –              07/29/2026 – 07/28/2027

                                                                OPTION YEAR 3 –              07/29/2027 – 07/28/2028

                                                                OPTION YEAR 4 –              07/29/2028 – 07/28/2029

Vendor Requirements:   SEE ATTACHED STATEMENT OF WORK

Submit Quotes no later than: 07/11/2024 4:00 p.m. CST  to the Following Point of Contact (only): Krishna Harriman, Purchasing Agent, via Email: krishna.harriman@ihs.gov.

Evaluation:  FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021):

(a) The Government will award a firm fixed price Purchase Order 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:

Best Value (see criteria below)

In determining best value, the Government will use Trade-offs where Price and other evaluation factors will be considered: Technical Capability, Location and Pricing . The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price.

  • Technical Capability:
    • Vendor shall have the ability to remove the existing equipment and leave the hard drives with the IT department. Equipment to be removed listed below: (see details in specifications)

Konica Minolta Bizhub C454e

7

Konica Minolta Bizhub 4050

12

Konica Minolta Bizhub 4052

2

Konica Minolta Bizhub 4750i

5

    • Specifications shall be equivalent to the below descriptions needed for NEW Multifunction Devices:

8 - KONICA MINOLTA BIZHUB C450i or equivalent (per unit)

  • Print/copy in black and white and/or color
  • Model shall print at least 45 ppm letter in black and white and 45 ppm in color
  • 1 - Paper tray for standard paper size – minimum capacity 500 sheets
  • 1 – Paper tray for legal paper size – minimum capacity 500 sheets
  • Large capacity paper tray
  • 1 – Dualscan Automatic Document Feeder
  • Dual sided printing
  • Monthly duty cycle minimum of 200,000 pages
  • 1 – Job separator
  • Scanned files to formats of JPEG, TIFF, PDF, Compact PDF, Encrypted PDF, XPS, Compact XPS, PPTX
  • Scanner capability to email, SMB, FTP, individual user, and USB
  • Scan speed up to 140/140 ipm in simplex and up to 280/280 ipm in duplex
  • Scan resolution minimum 600 x 600 dpi
  • Copy resolution minimum 600 x 600 dpi
  • Fax resolution minimum 600 x 600 dpi
  • Fax capability to fax forward to SMB
  • Memory storage of at least 8 GB and 256 GB SSD
  • Staple finisher with 2/3 hold punch kit
  • Surge protector
  • Warm up speed of 17 seconds or less
  • Processor speed of at least 1.6 GHz
  • Printer resolution of at least 1800 (equivalent) x 600 dpi, 1,200 x 1,200 dpi
  • Gradation: 256 color shades per pixel
  • Fax and windows drivers shall be provided.
  • Vendor shall provide and update all models to latest firmware.
  • Contain a RJ-45 plug and support the TCP/IP Protocol
  • Contain a RJ-11 plug for Analog faxing capability
  • Support SMB 3.0. The SMB 3.0 protocol was introduced by Microsoft in 2012.

21 - KONICA MINOLTA BIZHUB 4750i or equivalent (per unit)

  • Print/copy in black and white
  • Model shall print at least 50 ppm letter
  • 2 - Paper tray for standard paper size – minimum capacity 500 sheets
  • 1 – Manual bypass for legal paper size – minimum capacity 100 sheets
  • 1 – Dualscan Automatic Document Feeder
  • Dual sided printing
  • Monthly duty cycle minimum of 120,000 pages
  • Scanned files to formats of JPEG, TIFF, PDF, Compact PDF, Encrypted PDF, XPS, Compact XPS, PPTX
  • Scanner capability to email, SMB, FTP, individual user, and USB
  • Scan speed up to 48 opm in simplex and up to 96 opm in duplex
  • Scan resolution minimum 600 x 600 dpi
  • Copy resolution minimum 600 x 600 dpi
  • Fax resolution minimum 600 x 600 dpi
  • Fax capability to fax forward to SMB
  • Memory storage of at least 5 GB and 256 SSD
  • Surge protector
  • Warm up speed of 13 seconds or less
  • Processor speed of at least 1.6 GHz
  • Printer resolution of at least 1200 dpi x 1200 dpi
  • Gradation: 256 color shades per pixel
  • Fax and windows drivers shall be provided.
  • Vendor shall provide and update all models to latest firmware.
  • Contain a RJ-45 plug and support the TCP/IP Protocol
  • Contain a RJ-11 plug for Analog faxing capability
  • Support SMB 3.0. The SMB 3.0 protocol was introduced by Microsoft in 2012.
  • Include applicable copier stands.

    • Vendor shall have the ability to configure each C450i and 4750i or equivalent in the same way the machine being replaced is to include IP information, scan to folders, and fax forwarding to SMB.

    • Vendor shall provide proof of rating and proprietary letter from manufacturer dated and signed.

  • Location: Vendor shall be located within a 250 mile radius from these 3 sites:

10321 N 2274 Rd                                Clinton, OK 73601            

1801 Parkview Dr                                El Reno, OK 73036           

1305 S Clarence Nash Blvd               Watonga, OK 73772

                                                               

  • Pricing:
    • Complete pricing schedule above for each site. Pricing will be evaluated by adding the base year and out years together for a comprehensive price. Evaluation of options shall not obligate the government to exercise the option(s).

(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.

(End of provision)

VENDORS SHALL SUBMIT THE FOLLOWING:

*SUBMIT DETAILED MAINTENANCE/SERVICE AGREEMENT SUPPORTING REMOVAL OF DEVICES, LOCATION AND CONFIGURATION.

*SPECIFICATIONS OF NEW MULTIFUNCTION DEVICES.

*SIGNED AND DATED PROPRIETARY LETTER FROM MANUFACTURER AND PRO-TECH RATING.

*COMPLETED PRICE SCHEDULE – MUST BE COMPLETED FOR NEW DEVICES, MAINTENANCE FOR CURRENT AND OUT YEARS.

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED

PROVISIONS:  FAR 52.242-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far

FAR 52.211-6, Brand Name or Equal (AUG 1999);

FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023);

FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024);

FAR 52.217-5, Evaluation of Options (JULY 1990);

FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999);

FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014);

FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020);

HHSAR 352.239-72, Information System Security Plan and Accreditation (FEB 2024);

HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION);

 (the offeror should include a completed copy of these provisions with their quote).

CLAUSES:  FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):  https://www.acquisition.gov/browse/index/far

FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020);

FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023);

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021);

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023);

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Feb 2024); 

FAR 52.217-8, Option to Extend Services (Nov 1999);

FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000);

FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020);

FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024);

FAR 52.222-3, Convict Labor (Jun 2003);

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024);

FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015);

FAR 52.222-26, Equal Opportunity (Sep 2016);

FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020);

FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);

FAR 52.222-37, Employment Reports on Veterans (Jun 2020);

FAR 52.222-50, Combating Trafficking in Persons (Nov 2021);

FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014)

FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014);

FAR 52.222-54, Employment Eligibility Verification (MAY 2022);

FAR 52.223-20, Aerosols (MAY 2024);

FAR 52.223-23, Sustainable Products and Services (MAY 2024);

FAR 52.225-13, Restrictions of Certain Foreign Purchases (FEB 2021);

FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (MAY 2024);

FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018);

FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020);

HHSAR CLAUSES:

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015),

HHSAR 352.226-1, Indian Preference (Dec 2015);

HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022);

HHSAR 352.239-71, Security Requirements for Information Technology Resources (FEB 2024);

HHSAR 352.239-74, Information System Hosting, Operation, Maintenance, or Use. (FEB 2024);

HHSAR 352.239-75, Security Controls Compliance Testing (FEB 2024);

HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION);

  

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (krishna.harriman@ihs.gov) 

All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.  Please submit the following information with each quote: Vendor Name, Cage Code, UEI number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.  Failure to provide sufficient technical detail may result in rejection of your quote.

Contact Information

Contracting Office Address

  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA

Primary Point of Contact

Secondary Point of Contact





History