Small-Format B&W Printers IDIQ
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Aug 22, 2022 12:17 pm EDT
- Original Published Date: May 24, 2022 09:02 am EDT
- Updated Date Offers Due: Aug 31, 2022 10:00 am EDT
- Original Date Offers Due: Jul 07, 2022 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 15, 2022
- Original Inactive Date: Jul 22, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 3610 - PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT
- NAICS Code:
- 333316 - Photographic and Photocopying Equipment Manufacturing
- Place of Performance: USA
Description
General
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Products as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) number SP7000-22-R-1004. The Product Supply
Class code is 3610. The Government anticipates awarding Multiple Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed price contracts for up to five (5) vendors for each lot that submit the Lowest Priced Technically Acceptable (LPTA) Proposals. Vendors may quote Lot 1 (Usage Bands 1 & 2), or Lot 2 (Usage Bands 3 & 4), or both. Vendors must quote all CLINs in the Lot(s) they choose. IDIQ(s) will be awarded to the Lowest Priced Technically Acceptable (LPTA) proposal(s). If it is determined the same
vendor will be awarded an IDIQ for each lot, one IDIQ contract will be issued.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-04 effective 30 January 2022, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 02282022 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2022-04.
Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation. Network testing will be conducted prior to award. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Once IDIQs are awarded, the Government intends to conduct Reverse Auctions (RAs) on each individual order placed amongst the IDIQ holders for each lot. Each delivery or task order may contain options, for a period of performance up to 60 months. All vendors issued a
multiple award IDIQ shall be able to accept option CLINs for any and all service CLINs on subsequent task orders awarded.
Requirement Description
The IDIQ(s) will be for up to a 60-month ordering period, each delivery/task order will contain options for up to 60-months of maintenance. Delivery orders will be issued for the initial equipment purchase and associated ongoing services from date of installation, for a period not to exceed the end of the current fiscal year in which the Delivery orders were issued. DLA Data Production Operations seeks to purchase Small-Format B&W reproduction equipment (“equipment”) and the following associated ongoing services:
- Delivery and Installation of the Equipment.
- Maintenance and Repair of the Equipment.
- Provision of Consumable Supplies (Excluding Paper) for the Operation of the Equipment.
- Networking Functionality of the Equipment.
- Information Technology (IT) Security Accreditation and Technical Support for the Equipment.
- Training on Using the Equipment; and
- Meetings, Reports, and Administration Regarding the Equipment.
(See Attachment 1 – Performance Work Statement (PWS) for requirement details).
Estimated Period of Performance
The IDIQ will have an up to 60 month ordering period from time of award.
Delivery
Will be listed on each Delivery Order (DO) / Task Order (TO)
Minimum and Maximum Ordering Amounts
The maximum for all contract(s) is $21,358,195, and the guaranteed minimum is $2,500 for each contract.
The minimum for each delivery/task order is $2,500.
Important Dates
Round 1 Questions Submissions Due: June 7, 2022 no later than 10:00 AM Eastern Daylight Time
(EDT).
Round 2 Questions Submissions Due: June 30, 2022 no later than 10:00 AM Eastern Daylight Time
(EDT).
Solicitation Close Date: August 31, 2022 no later than 10:00 AM EDT.
A maximum of two rounds of questions will be allowed by the Government and any questions submitted beyond the two round of questions will not be considered by the Government. Submit your questions on or before the due dates stated above to the Government points of contact listed below (via e-mail). Answers to questions will be posted to beta.sam.gov within a week after question due dates. Submit your proposal on or before the due date stated above to the Government points of contact listed
below (via e-mail).
Points of Contact
Please submit correspondence in conjunction with this solicitation to the point of contact listed below.
Primary POC:
Contracting Specialist: Candace Maffett
E-mail address:candace.maffett@dla.mil
Secondary POC:
Contracting Officer: Chad Spittle
E-mail address: chad.spittle@dla.mil
FAR 52.212-1 - Addendum Proposal Submission
Proposals must be submitted electronically only to the points of contacts listed above. Proposals must be submitted in English and in United States Dollars. It is the vendor’s responsibility to ensure that their electronic correspondence and/or proposal information has been received by the Government. Any proposals received after the closing date and time will be late and will not be accepted. In accordance with FAR 52.212-1(g) The Contracting Officer reserves the right to make award without discussions. All
interested vendors must submit only one proposal containing pricing for award in response to this
solicitation.
Network Testing
Will only be accomplished with the five (5) lowest priced technically acceptable offerors for each lot, prior to award in-accordance-with the requirements set-forth in the Performance Work Statement. If the offeror is unable to pass network testing then the offeror will not be considered for award. The Government will follow this process until the five (5) lowest technically acceptable offerors successfully pass network testing or the Government exhausts all technically acceptable offerors for each lot; whichever occurs first. In the event that multiple vendors submit the same make and model of equipment for testing, only one vendors equipment will need testing. If offeror A’s equipment doesn’t pass testing, offeror B’s equipment for the same make and model will then need to be submitted for testing.
Please submit the proposal 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, CUI.”
Part I – Cover Page
a. Offeror Company Name
b. Offeror 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. Proposal Expiration Date
Part II – Technical (See Attachment 5 - PWS Compliance Form)
Part III - Past Performance. Indicate prior past performance, if applicable.
Part IV – Pricing (See Attachments 3 and/or 4 - CLIN structure)
Part V - Offeror Representations and Certifications (See Attachment 7 for FAR clause 52.212-3):
Attachments:
1. Performance Work Statement (PWS)
2. Equipment Specifications
3 & 4. CLIN Structure (Note: Submit a completed copy of Attachments 3 and/or 4 with your Proposal. - Vendors SHALL indicate the Device manufacturer per CLIN and model number per CLIN.)
5. PWS Compliance Form (Note: Vendors SHALL submit a COMPLETED copy of Attachment 5 with their Proposal. - Vendors MUST provide the specifications for each Device model number submitted.)
6. Procurex Reverse Auction Information
7. Offeror Representations and Certifications (FAR Provision 51.212-3) (Note: Vendors SHALL submit a COMPLETED of this provision with their Proposal.)
8. Facility Locations
PLEASE NOTE: FAILURE TO SUBMIT ANY OF THE INFORMATION REQUIRED BY THIS SECTION MAY RESULT IN A NON-RESPONSIVE DETERMINATION.
June 16, 2022 - Amendment 0001 posted.
June 21, 2022 - Amendment 0002 posted.
July 11, 2022 - Amendment 0003 posted.
July 12, 2022 - Amendment 0004 posted.
July 20, 2022 - Amendment 0005 posted.
July 25, 2022 - Amendment 0006 posted.
July 28, 2022 - Amendment 0007 posted.
August 9, 2022 - Amendment 0008 posted.
August 11, 2022 - Amendment 0009 posted.
August 17, 2022 - Amendment 0010 posted.
August 22, 2022 - Amendment 0011 posted.
Attachments/Links
Contact Information
Primary Point of Contact
- Candace Maffett
- candace.maffett@dla.mil
- Phone Number 7177702835
Secondary Point of Contact
- Chad Spittle
- chad.spittle@dla.mil
History
- May 08, 2023 11:58 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 20, 2023 09:14 am EDTCombined Synopsis/Solicitation (Updated)
- Apr 15, 2023 11:58 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 22, 2023 08:56 am EDTCombined Synopsis/Solicitation (Updated)
- Mar 07, 2023 09:44 am ESTCombined Synopsis/Solicitation (Updated)
- Mar 02, 2023 03:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Mar 02, 2023 07:29 am ESTCombined Synopsis/Solicitation (Updated)
- Sep 17, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 22, 2022 12:17 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 17, 2022 08:52 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 11, 2022 10:31 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 09, 2022 11:33 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 28, 2022 08:10 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 25, 2022 08:24 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 20, 2022 11:31 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 12, 2022 03:29 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 11, 2022 11:44 am EDTCombined Synopsis/Solicitation (Updated)
- Jun 21, 2022 02:36 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 16, 2022 09:57 am EDTCombined Synopsis/Solicitation (Updated)
- May 24, 2022 09:02 am EDTCombined Synopsis/Solicitation (Original)