Combine Solicitation – Printer Maintenance Service- KOACL6RV107
Notice Type: Combine Solicitation
Posted Date:
Office Address: Other Defense Agencies;
Subject: Printer Maintenance Service- KOACL6RV107
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: KOACL6RV107
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): DFAS Cleveland Attn:
Place of Performance (zipcode): 44199
Place of Performance Country: US
Description: Other Defense Agencies
Title: Printer Maintenance Service ---------------------------------------------------------------------------------------------------------------------------------------- (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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.
(2) This is solicitation number KOACL6RV107. The solicitation is issued as a request for quotation (RFQ).
(3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-87, Effective
(4) This requirement is 100% set-aside to small businesses. The NAICS code is 811212 and the small business size standard is
(5) ITEMS: ----------
Unit of Measure: LOT
Quantity: 1
Unit of Measure: LOT
Quantity: 1
Unit of Measure: LOT
Quantity: 1
Unit of Measure: LOT
(6) DESCRIPTION OF ITEMS/SERVICES:
DESCRIPTION OF NEED:
The requirement is to provide the Defense Finance and Accounting Service Cleveland with
ATTACHMENT #1 - EQUIPMENT TO BE SERVICED
PRINTER MODEL QUANTITY SERIAL NUMBER HP Color Laser Jet 4005 1 JP4LC19002 1 JP4LB62422 1 JP4CC15235 1 JPDGD07969 1 JPDGC16199 1 JP4LD06648 1 JP4LB46357 1 JP4LB38721 1 JP4LD07853 1 JP4LB46264 1 JP4LB440152 1 JP4LB41649 1 JP4LC15232 1 JP4LB46356 1 JP4LC15974 1 JP4LB36803 1 JP4LD07810 1 JP4LD08814 1 JP4LC15235 HP Color Laser Jet 4600 1 JPAKF10851 1 JPHMC83692 1 JPAKD02742 HP Laser Jet 9040 1 JPRL7DK03C 1 JPRL7DK07V 1 JPRL7CH028 HP DESIGNJET 500 1 SG22Q32019 HP DESIGNJET 4000 1 SG63359010 TOTAL PRINTERS 27
PLEASE PROVIDE ANY SERVICE WARRANTY INFORMATION
3.0. PERIOD OF PERFORMANCE: The anticipated award will be One Base Year and Three one year Option Periods. The Base year Period of Performance will be one year from date of award. Delivery of the printer maintenance services required within 30 days of contract award.
SHIPPING ADDRESS:
DFAS Cleveland Attn:
4.0. GOVERNMENT POINT OF contact (GPOC): The GPOC will act as the on-site technical point of the contract for the Government. They will initiate maintenance and repair requests. The GPOC is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer.
Mrs.
5.0. INVOICES: Payment will be in accordance with the Prompt Payment Act. Invoices will include contract number, invoice number, and date. Invoices will be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (Reference clause 252.232.7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and if it is correct, accept it electronically and forward it for payment. Web Based Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link.
Prior to submitting invoices, the contractor must contact the government GPOC to confirm the correct ACCEPTOR DoDAAC.
Should the vendor desire to track payment status, they must use the Vendor Pay Inquiry System (VPIS) at www.dfas.milmoneyvendor by selecting non-MOCAS System to track the status of payments. The DFAS COR will e-mail the contractor when invoices have been certified for payment.
6.0. SECURITY REQUIREMENTS: All work performed for this requirement is unclassified or is sensitive information covered by the Privacy Act of 1974 and other
End of Description of Need
(7)Performance Periods: Delivery (FOB Destination) within 20 days after award. Performance will be for one base year, from date of award, and 3 one year options.
(8)The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
(9) FAR 52.212-2, Evaluation -- Commercial Items, is not applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
Evaluation -- Commercial Items (
(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: Lowest Price Technically Acceptable.
Offerors should address the following:
(1) ACCEPTANCE CRITERIA: ----------------------------------------- At a minimum, quoters must meet the service requirements for the equipment identified in Attachment #1 and services outlined in the Statement of Work. Quoters are to identify the capability to perform the maintenance services for the manufacturer and part numbers outlined in Attachment #1 and or provide documentation/literature that identifies the maintenance service capabilities for the equipment listed to be quoted upon. Failure to provide the documentation/literature that identifies the maintenance service capabilities for the equipment listed to be quoted upon will be grounds to reject your quote. (2) BASIS for SELECTION: ------------------------------------ The basis for award selection is Lowest Price Technically Acceptable (LPTA). A quoter's technical acceptability will be determined by a vendor meeting the Government's minimum technical requirements (including any printer model numbers to be serviced) and not taking any exceptions to the RFQ. Quoters will be evaluated based on the lowest quoted price who meets the Government's minimum technical requirements of the solicitation. Quoters who do not take exception to the solicitation and meet the minimum technical requirements of this solicitation will be considered technically acceptable. All technically acceptable quotes will be evaluated for price reasonableness and award will be made to the lowest price technically acceptable quote. Contract quotes are requested to remain valid for a minimum of 30 days.
(3) Quoter Information: ------------------------------- Cage Code: Company Name: Point of contact: Telephone Number: Email Address: TIN (Taxpayer Identification Number): Business Size/Classification: (Applicable NAICS is 811212) Date: Delivery Days or Lead Time:
Vendors are to provide pricing information as reflected in Exhibit 1 below (or in the same format).
Exhibit 1 - PRICES: Requirement Firm Fixed Price SOW Requirements for $
(b) 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.
(10) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer.
(11) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.
(13) Additional contract requirement(s) or terms and conditions:
Section 508 Compliance: Quoter shall include with their quote a Voluntary Product Accessibility Template (VPAT).
The following Section 508 accessibility standards are applicable: - Video and multi-media products (36 CFR 1194.24)
---------------------------------------------------------------------------- Clauses/Provisions: The Government intends to include the following DFAS, FAR and DFARS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. DFAS Clauses have been attached below. Note: These following clauses may not be all inclusive in the resulting award:
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) SOLICITATION CLAUSES. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (
DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENTS (DFARS) CLAUSES INCORPORATED BY REFERENCE. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (
Clauses/Provisions Included in Full Text:
52.204-7 -- System for Award Management (
(a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by
(End of Provision)
52.204-13 - System for Award Management Maintenance (
52.204-16 --Commercial and Government Entity Code Reporting (
(End of Provision)
52.204-18 Commercial and Government Entity Code Maintenance (
(End of Clause)
52.204-19 - Incorporation by Reference of Representations and Certifications (
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
52.217-5 -- Evaluation of Options (
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)
52.217-8 -- Option to Extend Services (
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days before the contract expires.
(End of Clause)
52.217-9 -- Option to Extend the Term of the Contract (
(a) The Government may extend the term of this contract by written notice to the Contractor within 14 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _15_ days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years
(End of Clause)
52.252-5 - Authorized Deviations in Provisions (
252.204-7004 Alternate A, System for Award Management (
252.204-7006 BILLING INSTRUCTIONS (
(End of clause)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
As prescribed in 204.7304(a), use the following provision: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(
"Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016- O0001)(OCT 2015).
(b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(
(c) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts" within
(d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the
(1) Why a particular security requirement is not applicable; or
(2) How an alternative, but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection.
(e) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract.
(End of provision)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
As prescribed in 204.7304(c), use the following clause:
SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEVIATION 2016-O0001)(
"Adequate security" means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information.
"Compromise" means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred.
"Contractor attributional/proprietary information" means information that identifies the contractor(s), whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facility locations), personally identifiable information, as well as trade secrets, commercial or financial information, or other commercially sensitive information that is not customarily shared outside of the company.
"Contractor information system" means an information system belonging to, or operated by or for, the Contractor.
"Controlled technical information" means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions.
"Covered contractor information system"means an information system that is owned, or operated by or for, a contractor and that processes, stores, or transmits covered defense information.
"Covered defense information" means unclassified information that-
(i) Is-
(A) Provided to the contractor by or on behalf of
(B) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract; and
(ii) Falls in any of the following categories:
(A) Controlled technical information.
(B) Critical information (operations security). Specific facts identified through the Operations Security process about friendly intentions, capabilities, and activities vitally needed by adversaries for them to plan and act effectively so as to guarantee failure or unacceptable consequences for friendly mission accomplishment (part of Operations Security process).
(C) Export control. Unclassified information concerning certain items, commodities, technology, software, or other information whose export could reasonably be expected to adversely affect
(D) Any other information, marked or otherwise identified in the contract, that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies (e.g., privacy, proprietary business information).
"Cyber incident" means actions taken through the use of computer networks that result in an actual or potentially adverse effect on an information system and/or the information residing therein.
"Forensic analysis" means the practice of gathering, retaining, and analyzing computer related data for investigative purposes in a manner that maintains the integrity of the data.
"Malicious software" means computer software or firmware intended to perform an unauthorized process that will have adverse impact on the confidentiality, integrity, or availability of an information system. This definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and some forms of adware.
"Media" means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, or printed within an information system.
''Operationally critical support'' means supplies or services designated by the Government as critical for airlift, sealift, intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation.
"Rapid(ly) report(ing)" means within 72 hours of discovery of any cyber incident.
"Technical information" means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code.
(b) Adequate security. The Contractor shall provide adequate security for all covered defense information on all covered contractor information systems that support the performance of work under this contract. To provide adequate security, the Contractor shall-
(1) Implement information systems security protections on all covered contractor information systems including, at a minimum-
(i) For covered contractor information systems that are part of an Information Technology (IT) service or system operated on behalf of the Government- (A) Cloud computing services shall be subject to the security requirements specified in the clause 252.239-7010, Cloud Computing Services, of this contract; and
(B) Any other such IT service or system (i.e., other than cloud computing) shall be subject to the security requirements specified elsewhere in this contract; or
(ii) For covered contractor information systems that are not part of an IT service or system operated on behalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1)(i) of this clause-
(A) The security requirements in
(B) Alternative but equally effective security measures used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection approved in writing by an authorized representative of the
(2) Apply other information systems security measures when the Contractor reasonably determines that information systems security measures, in addition to those identified in paragraph (b)(1) of this clause, may be required to provide adequate security in a dynamic environment based on an assessed risk or vulnerability.
(c) Cyber incident reporting requirement.
(1) When the Contractor discovers a cyber incident that affects a covered contractor information system or the covered defense information residing therein, or that affects the contractor's ability to perform the requirements of the contract that are designated as operationally critical support, the Contractor shall-
(i) Conduct a review for evidence of compromise of covered defense information, including, but not limited to, identifying compromised computers, servers, specific data, and user accounts. This review shall also include analyzing covered contractor information system(s) that were part of the cyber incident, as well as other information systems on the Contractor's network(s), that may have been accessed as a result of the incident in order to identify compromised covered defense information, or that affect the Contractor's ability to provide operationally critical support; and
(ii) Rapidly report cyber incidents to
(2) Cyber incident report. The cyber incident report shall be treated as information created by or for
(3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, the Contractor or subcontractor shall have or acquire a
(d) Malicious software. The Contractor or subcontractors that discover and isolate malicious software in connection with a reported cyber incident shall submit the malicious software in accordance with instructions provided by the Contracting Officer.
(
(f) Access to additional information or equipment necessary for forensic analysis. Upon request by
(g) Cyber incident damage assessment activities. If
(h)
(i) Use and release of contractor attributional/proprietary information not created by or for
(1) To entities with missions that may be affected by such information;
(2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents;
(3) To Government entities that conduct counterintelligence or law enforcement investigations;
(4) For national security purposes, including cyber situational awareness and defense purposes (including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236); or
(5) To a support services contractor ("recipient") that is directly supporting Government activities under a contract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.
(j) Use and release of contractor attributional/proprietary information created by or for
(k) The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations on the interception, monitoring, access, use, and disclosure of electronic communications and data.
(l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required by this clause in no way abrogates the Contractor's responsibility for other safeguarding or cyber incident reporting pertaining to its unclassified information systems as required by other applicable clauses of this contract, or as a result of other applicable
(1) Include the substance of this clause, including this paragraph (m), in all subcontracts, including subcontracts for commercial items; and
(2) Require subcontractors to rapidly report cyber incidents directly to
252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations.
Include the attached provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235),
REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (
(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
(a) Definitions. As used in this clause-
"
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
_______2-in-1____________________________________________________
(Contracting Officer: Insert applicable document type(s).
Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
_______Destination/Destination_____________________________________________________
(Contracting Officer: Insert inspection and acceptance locations or "Not applicable.")
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
____ [email protected]_____________________________
________________________________________________________________
(Contracting Officer: Insert applicable email addresses or "Not applicable.")
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
____Not Applicable_____________________________________________________________
(Contracting Officer: Insert applicable information or "Not applicable.")
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (
(End of clause)
DFAS 52.204-9000 "REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA)" (
DFAS 52.223-9000, "ENVIRONMENTALLY PREFERABLE PRODUCTS" (
The Environmentally Preferable Products clause is included in this contract to articulate the Government's policies on
Executive Order 13423 (
Executive Order 13514 (
[Section] 1. Mandatory Use of Paper and Other Products with Recycled Content.
(a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content.
(b) The contractor affirmatively acknowledges that it will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for
[Section] 2 Notice of Green Alternatives in Offerors' Product/Service.
(a) When offering a product or service that contains "Green" components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal.
(b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for
[Section] 3 Affirmative Duty of Contractors to Adhere to Green Contracting Policy.
(a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging.
(b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services.
(End of clause)
DAS 52.233.9000 Agency Protests (
Agency protests shall be resolved by the contracting officer. As an alternative, an independent review at a level above the contracting officer is available upon request by an offeror.
(End of provision)
It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the
(14) DPAS ratings are not applicable.
(15) Quotes are due by
Any correspondence sent via e-mail must contain the subject line "KOACL6RV107 Printer Maintenance Service." The entire quotes must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at DFAS-Columbus are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at DFAS-Columbus. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments.
E-mail quotes are acceptable and preferred. Quotes may be submitted by mail and forwarded to:
(16) Point of contact:
Address questions regarding this synopsitation to Jason M. Hardman at (614) 701-4803 or via e-mail at [email protected].
Furnish quotes to this POC on or before the closing time listed in this RFQ.
DFAS reserves the right to accept a late quote if the late quote would not unduly delay the acquisition and the contracting officer makes the determination that it is in the best interests of the Government to accept the "late" quote. This language takes precedence over 52.212-1(f)
STATEMENT OF WORK (SOW)
Maintenance for 27 Hewlett-Packard Network Printers for
1.0
2.0 PERIOD OF PERFORMANCE: The period of performance will be one year with the start date being the date of contract award with three one year Options.
3.0 Place of Performance: DFAS-Cleveland,
4.0 Service Requirements:
4.1 Provide Service and Maintenance of printers to include the replacement of all non-consumable parts. Recycled parts are acceptable. Consumable parts are toner, maintenance kits, fuser kits, and transfer kits. All other parts are non-consumable parts.
4.2 Complete repairs within 40 business hours of the initial notification. Ensure that the printer is in operational condition prior to the technician departing. If repairs cannot be completed in 40 business of the initial notification, a replacement printer will be required. The Contractor is required to deliver a replacement printer within 70 business hours of the initial notification.
4.3 All Maintenance must be performed onsite at DFAS-Cleveland,
4.4 Next Business Day Service Response is required for all maintenance and service requests.
4.5 Yearly routine maintenance must be performed on all printers to include: 4.5.1 Wiping down the exterior 4.5.2 Cleaning the Feed Roller (Inside the paper tray) 4.5.3 Cleaning the Feed Roller (Inside the Printer) 4.5.4 Dusting inside the Toner area 4.5.5 Cleaning the Duplex feed Rollers 4.5.6 Cleaning the Offset Tray Feed Rollers 4.5.7 Twenty Seven printers will require the yearly routine maintenance within 120 days after contract award.
4.6 Perform all Firmware updates when required for repair.
4.7 DFAS Cleveland uses remanufactured and compatible toner cartridges. The maintenance agreement cannot restrict the type of consumable parts to OEM brand consumable parts.
4.8 The Serial Numbers of the printer covered by this maintenance agreement are listed on the attachment one.
5.0 The contract is a firm -fixed price contract.
5.1 The contract price includes an unlimited amount of service upon a machine within the contract period.
6.0 Contracting Officer Representative (COR): The COR will act as the on-site technical point of the contract. They will initiate requires and monitor performance. The COR's authority is limited to technical issues and he/she is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer.
The Contracting Officer Representative (COR) for this order is listed below:
Terry Cash Contracting Officer Representative Management Support Specialist DFAS Cleveland
7.0 Security Search: All contractor personnel, their vehicles, and other property entering, leaving, and while within the confines of DFAS, shall be subject to search/inspection.
8.0 Non-Smoking Facilities: All Government facilities are NON-SMOKING facilities. All Contractor personnel and visitors shall smoke in designated smoking areas only. 9.0 INVOICES: Payment will be in accordance with the Prompt Payment Act. Invoices will include contract number, invoice number, and date. Invoices will be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (Reference clause 252.232.7003). When the 2-in-a or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and if it is correct, accept it electronically and forward it payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. All other questions regarding training and gaining access to the WAWF should be discussed with the COR/GPOC.
WD 05-2415 (Rev.-16) was first posted on www.wdol.gov on
Area:
____________________________________________________________________________________
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE:
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)
HOLIDAYS: A minimum of ten paid holidays per year,
THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:
1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than
Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400).
2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS -
HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges.
A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay.
OCCUPATION NOTES:
Refuse Collector: The rate for the Refuse Collector occupation applies does not apply to
** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination.
The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of
** NOTES APPLYING TO THIS WAGE DETERMINATION **
Under the policy and guidance contained in All Agency Memorandum No. 159, the Wage and Hour Division does not recognize, for section 4(c) purposes, prospective wage rates and fringe benefit provisions that are effective only upon such contingencies as "approval of Wage and Hour, issuance of a wage determination, incorporation of the wage determination in the contract, adjusting the contract price, etc." (The relevant CBA section) in the collective bargaining agreement between (the parties) contains contingency language that Wage and Hour does not recognize as reflecting "arm's length negotiation" under section 4(c) of the Act and 29 C.F.R. 5.11(a) of the regulations. This wage determination therefore reflects the actual CBA wage rates and fringe benefits paid under the predecessor contract.
The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition,
REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)}
Conformance Process:
The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed.
The process for preparing a conformance request is as follows:
1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).
2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division,
4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.
5) The contracting officer transmits the Wage and Hour decision to the contractor.
6) The contractor informs the affected employees.
Information required by the Regulations must be submitted on SF 1444 or bond paper.
When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
Link/URL: https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOACL6RV107/listing.html



Sources Sought Notice – Medical Expenditure Panel Survey (MEPS) – Medical Provider Component
Advisor News
- House panel votes to raise certain taxes, transfer money to offset Medicaid shortfall
- OBBBA opens the door for advanced wealth transfer strategies
- Health insurance premium tax bill advancing
- The Medi-Cal money pit
- The untapped potential of Qualified Longevity Annuity Contracts
More Advisor NewsAnnuity News
- Lincoln Financial launches two new FIAs
- Great-West Life & Annuity Insurance Company trademark request filed
- The forces shaping life and annuities in 2026
- Variable annuity sales surge as market confidence remains high, Wink finds
- New Allianz Life Annuity Offers Added Flexibility in Income Benefits
More Annuity NewsHealth/Employee Benefits News
- Insurance firms warn against bill
- House panel votes to raise certain taxes, transfer money to offset Medicaid shortfall
- Sheriff McCoy: Health insurance dispute creating unnecessary turmoil' for Reynolds County deputies
- RURAL MISSOURIANS MORE LIKELY TO LACK HEALTH INSURANCE THAN URBAN RESIDENTS
- HEALTH INSURANCE MARKETPLACE CALCULATOR
More Health/Employee Benefits NewsLife Insurance News
- Ethics and IUL: Tax-advantaged strategies for client success
- SWBC’s Joan Cleveland Appointed to the Texas Life and Health Insurance Guaranty Association Board of Directors
- Indexed life sales hit big despite lawsuits, market headwinds, Wink finds
- Are the biggest life insurance opportunities hiding during tax season?
- Hulse, Murray
More Life Insurance News