Can on Contract

Embed Size (px)

Citation preview

  • 8/13/2019 Can on Contract

    1/128

    This Edition Electronically Published 9/22/2009

    Office Imaging and Document Solutions

    Copiers, Multifunction Devices, Color Copiers/PrintersEquipment and Supplies, Microphotographic Equipmentand Supplies & General Purpose Commercial InformationTechnology Equipment (SINs 51-100, 51-58, 51-58A,51-101-2, 51-57 & 132-8 only)

    On-line access to contract ordering information, terms,and conditions, up-to-date pricing and the optionto create an electronic delivery order are availablethrough GSA Advantage!, a menu-driven databasesystem.

    Visit for GSA Advantage! at:http://www.gsaadvantage.gov

    Contract Period:January 2, 2009-January 1, 2014

    Contract Administration:Canon U.S.A., Inc.Government Contracts2110 Washington Blvd., Suite 300Arlington, VA 22204

    (703) 807-3500

    Contractor:Canon U.S.A., Inc.Imaging Systems GroupOne Canon PlazaLake Success, N.Y. 11042(516) 488-6700

    Business Size: Large

    web site:http:// www.usa.canon.com/gmd

    e-mail: [email protected]

    includes Modifications no. 1-6,14-16. 25-34, 36 and 36A

    General Services Administration Federal Supply Service Authorized Federal Supply Service Price List

    Consolidated Contract No. GS-00F-0002V FSC Group 00Corp: FSC Groups 36 & 70 FSC Classes: 3610, 5815 & 7025

  • 8/13/2019 Can on Contract

    2/128

    To Locate an Authorized Canon Dealer,

    please visit our web site,

    http://www.usa.canon.com/gmd/saleslocations.htmlor call:

    703-807-3500

    Published 9/2009 Canon U.S.A., Inc., GSA Contract No. GS-00F-0002V

    CBM Business Machines, Inc is an Authorized Canon Dealer.

    Please be sure to referance our information on you purchase order

    CBM Business Machines, Inc is an Authorized Canon Dealer.

    Please be sure to referance our information on you purchase order

  • 8/13/2019 Can on Contract

    3/128

    1Reprinted 2/2000 Canon U.S.A., Inc., Contract No. GS-26F-1016B, Section I

    Information for Ordering Activities(OFFICE IMAGING & DOCUMENT SOLUTIONS)

    Page

    2 Ordering Instructions

    Sample Purchase Orders

    5 Purchase 6 Lease to Ownership (LTOP)

    7 Operating Lease (Premier Value Lease) 8 Maintenance 9 Lease Upgrades 10 Renewals

    11 Contract Information

    Terms and Conditions

    18 Purchase Item Nos. 51-100, 51-101-2, 132-8 20 Lease Plans

    Item Nos. 51-58 and 51-58a 26 Maintenance

    Item No. 51-57

    Product Listings and Pricing(OFFICE IMAGING & DOCUMENT SOLUTIONS)

    Page Color Digital Presses

    29 Color imagePRESS C7000VP 30 Color imagePRESS C6000VP 31 Color imagePRESS C6000 32 Color imagePRESS C1+

    Page Color Multi-Function Devices

    35 Color imageRUNNER C5185 36 Color imageRUNNER C4580 37 Color imageRUNNER C4080 43 Color imageRUNNER C3480G 46 Color imageRUNNER C2880G

    49 Color imageRUNNER C5068/C5058 52 Color imageRUNNER C3220G

    Large Format Printers55 imagePROGRAF 5100

    57 imagePROGRAF 6100 59 imagePROGRAF 8000S 61 imagePROGRAF 8100 64 imagePROGRAF 610 65 imagePROGRAF 710

    Table Of Contents

    Product Listings and Pricing(OFFICE IMAGING & DOCUMENT SOLUTIONS)

    Page Monochrome Digital Presses

    66 imagePRESS 1135P/1125P/1110P 67 imagePRESS 1110S

    Page Monochrome Multi-Function Devices 71 imageRUNNER 7110VP/7125VP/7138VP/7150VP 74 imageRUNNER 7086/7095/7095 Printer/7105 78 imageRUNNER 5050G/5055G/5065/5075G 81 imageRUNNER 400V 83 imageRUNNER 3245G/3235G 84 imageRUNNER 3230G/3225G 87 imageRUNNER 3045G/3035G/3030G/3025G 90 imageRUNNER 2230G 92 imageRUNNER 2030G/2025G 93 imageRUNNER 2022G/2018G

    Integrated Software Solutions 97 eCopy

    Multifunctional Facsimile Equipment 99 LASER CLASS 510

    100 LASER CLASS 710

    imageFORMULA DR-Scanners101 ScanFront 220/P102 DR-2010C102 DR-2510C103 DR-2580C104 DR-3080CII105 DR-4010C106 DR-5010C

    Image Filing Solutions107 MS-300II107 MS-800II108 MS-350II

    112 Maintenance for Discontinued Models/Systems113 Supplies for Discontinued Models/Systems114 Warranty Matrix120 Summary of Modifications

    Contract Administration:

    Canon U.S.A., Inc.

    Government Contracts2110 Washington Blvd., Suite 300

    Arlington, VA 22204

    (703) 807-3150

    Contractor:

    Canon U.S.A., Inc.

    Imaging Systems GroupOne Canon Plaza

    Lake Success, N.Y. 11042Business Size: Large

    AUTHORIZED SCHEDULE PRICE LIST

    Consolidated Contract No. GS-00F-0002V

    FSC Group 00Corp: FSC Groups 36 & 70

    FSC Classes: 3610, 5815 & 7025

    Contract Period:

    January 2, 2009 - January 1, 2014

    General Services AdministrationFederal Supply Service

  • 8/13/2019 Can on Contract

    4/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V2

    Information for Ordering Activities

    Ordering InstructionsAll orders placed under this Contract must be issued to:

    US Mail (a) CANON USA, INC. (b) CANON USA, INC.

    c/o Dealers Name Attn: GSAAttn: GSA P.O. Box 6517P.O. Box 6517 Arlington, VA 22206

    Arlington, VA 22206 (w/dealer name shown inbody of the purchase order)

    Phone 800-323-9170 800-323-9170(Credit Card Orders& Questions only)

    Fax 703-807-3819 703-807-3819

    E-mail [email protected] [email protected]

    Orders placed directly at a dealer location (without official authorization from CANON USA, INC.) are OPEN MARKET and, as such, thisContract Number MAY NOT be used. To place an order through one of the CANON DEALERS go to Canons website at: www.usa.canon.com/gmd/saleslocations.html to choose a dealer location. No deviation from the terms (pricing, discount, warranty, etc.) specified in thisschedule is authorized without Canon Federal Sales Division approval. Any prices or terms other than as stated herein are Open Market andthis Contract Number MAY NOT be used unless previously authorized.

    Selected Lease Plans: Canon may partner with a third party financial institution wherein specific ordering instructions will be provided by Canon.

    New Orders All purchase orders should state the Contract No. GS-00F-0002V.

    Unless prohibited by agency regulations or policies, it is desired that Lease and Maintenance purchase orders are written from date of installation to September 30 of the currentfiscal year. For all applicable Maintenance orders, include the monthly minimum, copy allowance, and excess copy charge.

    It is strongly recommended that an initial supply of toner be purchased to cover the first few months usage.

    Fax Orders: Orders can be faxed to the numbers listed above at any time of the day or night.

    To place an order through GSA Advantage, the internet address is http://www.gsaadvantage.gov.

    Government Credit Cards Call 1-800-323-9170Use of the government credit card provides numerous benefits. According to GSA The benefits of the program include: savings of $53.77 pertransaction over traditional paper based procurement methods; improved cash management and streamlined payment processes; timely andextensive management reports which enable Federal agencies to monitor small purchases, determine trends in card use, and better manageprogram budgets.

    Credit Cards are accepted by Canon U.S.A., Inc. for: all transaction types (purchase, lease, maintenance, etc.), all product types (equipment, supplies, and services), one-time and repetitive billings, payment of open invoices,

    purchases above or below the micropurchase threshold. Credit card orders and renewals for lease and maintenance require the card holders signature on the order.To place an order or pay an existing open invoice via credit card, call 1-800-323-9170.

    CBM Business Machines, Inc

  • 8/13/2019 Can on Contract

    5/128

  • 8/13/2019 Can on Contract

    6/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V4

    The following section of the FAR on the use of schedules is provided for customer convenience: FAR 8.404

    (a) GeneralParts 13 (except 13.303-2(c)(3)), 14, 15, and 19 (except for the requirement at 19.202-1(e)(1)(iii) do not apply to BPAs or orders placed againstFederal Supply Schedules contracts (but see 8.405-5). BPAs and orders placed against a MAS, using the procedures in this subpart, areconsidered to be issued using full and open competition (see 6.102(d)(3). Therefore, when establishing a BPA (as authorized by 13.303-2(c)(3)), or placing orders under Federal Supply Schedule contracts using the procedures of 8.405, ordering activities shall not seek competitionoutside of the Federal Supply Schedules or synopsize the requirement.

    (b) 8.405.1 Ordering Procedures for Supplies, and Services not Requiring a Statement of Work.(1) Ordering activities shall use the procedures of this subsection when ordering supplies and services that are listed in the schedules

    contracts at a fixed price for the performance of a specific task, where a statement of work is not required (e.g., installation,maintenance, and repair).

    (2) Orders at or below the micro-purchase threshold. [Ordering activities may place orders at, or below, the micro-purchase threshold withany Federal Supply Schedule contractor that can meet the agencys needs. Although not required to solicit from a specific number ofschedule contractors, ordering activities should attempt to distribute orders among contractors.]

    (3) Orders exceeding the micro-purchase threshold but not exceeding the maximum order threshold. Ordering activities shall place orderswith the schedule contractor that can provide the supply or service that represents the best value. Before placing an order, an orderingactivity shall consider reasonably available information about the supply or service offered under MAS contracts by surveying the GSA

    Advantage! on-line shopping service, or by reviewing the catalogs or pricelists of at least three schedule contracts (see 8.405-5). In

    addition to price, when determining best value, the ordering activity may consider, among other factors, the following: (i) Past Performance.

    (ii) Special features of the supply or service required for effective program performance.

    (iiiTrade-in considerations.

    (iv) Probable life of the item selected as compared with that of a comparable item.

    (v) Warranty considerations.

    (vi) Maintenance availability. (vii) Environmental and energy efficiency considerations.

    (viii) Delivery terms.

    Purchase of Incidental, Non-Schedule Items

    For administrative convenience, open market (non-contract) items may be added to a Federal Supply Schedule Blanket PurchaseAgreement (BPA) or an individual order, provided that the items are clearly labeled as such on the order, all applicable regulations

    have been followed, and price reasonableness has been determined by the ordering activity for the open market (non-contract) items.

  • 8/13/2019 Can on Contract

    7/128

    5Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V

    12. Invoice To:Canons invoice to be sent to this address forpayment.

    13. Signature:Must be signed by an authorized Contracting/Ordering Officer.

    14. Total Order Value:Order must reflect the total dollar amountobligated for the purchase order.

    Sample Purchase Orders

    The following is an explanation of a sample Federal Government Purchase Order. Incorrect information in these areas willrequire modification from the issuing office.

    C. CartonsD. Each

    10. Unit Price:Price of one unit to be purchasedSee: Canon Federal Schedule Contract forpricing.

    11. Amount:Quantity Ordered times Unit Price.

    1. Date of Order:

    Date the agency issues the purchaseorder.

    2. Contract Number:Canon GSA Contract No.GS-00F-0002V

    3. Order Number:Government agencies referencenumber for shipment, receiving andpayment of items ordered.

    4. Issuing Office:Name, address, and phone numberof Government office issuingpurchase ordermodifications tocorrect Purchase Orders are made at

    this office.

    5. Ship to:Name and address where equipmentis to be shipped.

    6. Contractor/Vendor:

    A. Canon U.S.A., Inc. c/o Dealers Name

    Attn: GSA P.O. Box 6517 Arlington, Virginia 22206

    or

    B. Canon U.S.A., Inc. Attn: GSA

    P.O. Box 6517 Arlington, Virginia 22206 (w/dealer name shown in body of

    the purchase order)

    6a. Business Classification

    7. Supplies and/or Services:Description of items ordered byGovernment user must include:

    A. Type of Equipment Purchasedand/orB. Type of Accessories Purchasedand/orC. Supplies

    7a. Point of Contact for installation

    location and phone number7b. Remit to Information

    8. Quantity Ordered:Quantity customer orderedmay be:

    A. Number of UnitsB. Number of BoxesC. Number of CartonsD. Number of Cases

    9. Unit:Units to be counted:

    A. UnitsB. Boxes

    Please note that the prices shown above may not be the accurate price for the items.Please refer to the pricing section for correct pricing.

    Purchase SINs 51-100, 132-8

    S M P L E 1 1

    DATE OF ORDER CONTRACT NO. ORDER NO. REQUISITION/REFERENCE NO.

    October 1, 20__ GS-00F-0002V 123-45-678

    ISSUING OFFICE: (ADDRESS CORRESPONDENCE) SHIP TO: (CONSIGNEE AND ADDRESS, ZIP CODE)

    Contracting Officer Receiving Officer

    123 Federal Drive 4567 Main Street Room 111

    Anywhere, USA 99999 Anywhere, USA 99999

    Tel: (703) 123-4567 Tel: (404) 987-6543

    TO: CONTRACTOR/VENDOR (NAME, ADDRESS AND ZIP CODE) TYPE OF ORDER

    Canon U.S.A., Inc. A. Purchase - Reference your _______

    c/o Dealer's name

    Attn: GSA

    P.O. Box 6517

    Arlington, Virginia 22206

    B. Delivery -

    ACCOUNTING AND APPROPRIATION DATA BUSINESS CLASSIFICATION

    Small Other Than Small Disadvantaged Women Owned

    F.O.B. POINT GOVERNMENT DELIVER TO F.O.B. DISCOUNT TERMS

    Destination B/L NO: PT ON OR BEFORE: Net 30 Days

    PLACE OF INSPECTION AND ACCEPTANCE

    SCHEDULEITEM SUPPLIES OR SERVICES QUANTITY UNIT UNIT AMOUNT QUANTITY

    NO. ORDERED PRICE ACCEPTED

    001 Canon imageRUNNER XXXX 1 ea. $xxxxx.xx $xxxxx.xxPurchase

    002 Network Multi-PDL Printer Kit-XX 1 ea.

    ea.

    ea.

    $xxx.xx $xxx.xx

    003 6 month toner supply 18 cases $xx.xx $xxx.xx

    004 LASER CLASS 510 1 $xxxx.xx $xxxx.xx

    005 DR-2080C Scanner 1 $xxxx.xx $xxxx.xx

    Final Destination:Government Copier UserRoom 8884567 Main Street, Anywhere, USA 99999

    POC: User Name

    Phone #: xxx-xxx-xxxx

    SHIPPING POINT GROSS SHIPPING WEIGHT INVOICE NO. $xxxxx.xx TOTAL

    see billing

    instructions INVOICE TO: (NAME, ADDRESS AND ZIP CODE) GRAND

    Finance Officer TOTAL

    4567 Main Street, Anywhere, USA 99999 Tel: (404) 987-1234

    SIGNATURE NAME (TYPED)

    Mary Ann Smith

    Title: Contracting/Ordering Officer

    12

    13

    ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGE

    11108

    7

    1 2 3

    5

    4

    6

    9

    14

    X

    6a

    Remit To: Cage Code 4J871Account Name: Canon USA, Inc.Federal ID# 13-256-1772, DUNS# 116194192EFT Bank: Bank of America, Routing/ABA #122000030Checking Account #1233060903

  • 8/13/2019 Can on Contract

    8/128

    6Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V

    1. Date of Order:Date the agency issues the purchase

    order.

    2. Contract Number:Canon GSA Contract No.GS-00F-0002V.

    3. Order Number:Government agencies referencenumber for shipment, receiving andpayment of items ordered.

    4. Issuing Office:Name, address, and phone numberof Government office issuing purchaseordermodifications to correctPurchase Orders are made at thisoffice.

    5. Ship to:Name and address where equipment isto be shipped.

    6. Contractor/Vendor:

    Canon U.S.A., Inc. c/o Dealer Name Attn: GSA

    P.O. Box 6517 Arlington, VA 22206

    6a. Business Classification

    7. Supplies and/or Services:Description of items ordered by

    Government user must include:A. Type of Equipment LeasedB. Type of Accessories LeasedC. Installation Charge (if applicable)D. Maintenance (or may be orderedupon expiration of warranty)E. SuppliesF. Period CoveredG. Term: (example 24/36/48/60)

    7a. Point of Contact for installationlocation and phone number

    7b. Remit to Information

    8. Quantity Ordered:Quantity customer orderedmay be:

    A. Number of UnitsB. Number of MonthsC. Number of BoxesD. Number of Cartons

    9. Unit:Units to be counted:

    A. Units B. MonthsC. Boxes D. CartonsE. Each

    10. Unit Price:Monthly Lease RateSee: Canon Federal Schedule Contractfor pricing.

    Lease To Ownership Plan (LTOP) SIN 51-58

    The following is an explanation of a sample Federal Government Purchase Order. Incorrect information in these areas will requiremodification from the issuing office.

    13. Signature:Must be signed by an authorized Contracting/Ordering Officer.

    14. Total Order Value:Order must reflect the total dollar amountobligated for the purchase order.

    10a. Termination Ceiling

    11. Amount:Number of Months times Monthly LeaseRate and/or Quantity Ordered times UnitPrice.

    12. Invoice To:Canons invoice to be sent to this addressfor payment.

    Please note that the prices shown above may not be the accurate price for the items.

    Please refer to the pricing section for correct pricing.

    1 1

    DATE OF ORDER CONTRACT NO. ORDER NO. REQUISITION/REFERENCE NO.

    October 1, 200_ GS-00F-0002V 123-45-678

    ISSUING OFFICE: (ADDRESS CORRESPONDENCE) SHIP TO: (CONSIGNEE AND ADDRESS, ZIP CODE)

    Contracting Officer Receiving Officer

    123 Federal Drive 4567 Main Street Room 111

    Anywhere, USA 99999 Anywhere, USA 99999

    Tel: (703) 123-4567 Tel: (404) 987-6543

    TO: CONTRACTOR/V ENDOR (NAME, ADDRESS AND ZIP CODE) TYPE OF ORDER

    Canon U.S.A., Inc. A. Purchase - Reference your _______

    Attn: GSA

    P.O. Box 6517

    Arlington, VA 22206

    B. Delivery -

    ACCOUNTING AND APPROPRIATION DATA BUSINESS CLASSIFICATION

    Small Other Than Small Disadvantaged Women Owned

    F.O.B. POINT GOVERNMENT DELIVER TO F.O.B. DISCOUNT TERMS

    Destination B/L NO: PT ON OR BEFORE: Net 30 Days

    PLACE OF INSPECTION AND ACCEPTANCE

    SCHEDULE

    I TE M S UPP LIES OR S ERV ICE S QUA NTITY UNIT U NIT A MO UNT QU ANT IT Y

    NO. ORDERED PRICE ACCEPTED

    001 Canon imageRUNNER XXXX 48 Month LTOP 12 mo. $xxx.xx $xxxx.xxxxxxxxx lease factorPeriod covered- October 1, 20__September 30, 20__

    002 Multi-PDL Printer Kit-XX 12 mo. $xx.xx $xxx.xx

    Delivery and Installation Charges IncludedComprehensive MaintenancePeriod covered- October 1, 20__September 30, 20__

    004 Canon imageRUNNER XXXX

    9 mo. $xxx.xx $xxxx.xx60,000 Copies Included

    005 Excess Copy charge at $0. 00423 per copy

    9 mo. $xx.xx $xx.xx006 6 month toner supply

    18 cases $xx.xx $xxx.xx

    Final Destination:Government Copier UserRoom 8884567 Main Street, Anywhere, USA 99999

    The termination ceiling charge for this order is $XXXXXXX.

    S M P LE

    SHIPPING POINT GROSS SHIPPING WEIGHT INVOICE NO. $xxxxx.xx TOTAL

    see billing

    instructions INVOICE TO: (NAME, ADDRESS AND ZIP CODE) GRAND

    Finance Officer TOTAL

    4567 Main Street, Anywhere, USA 99999 Tel: (404) 987-1234

    SIGNATURE NAME (TYPED)

    Mary Ann Smith

    Title: Contracting/Ordering Officer

    12

    13

    ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGE

    11

    13

    4

    6

    5

    2

    7

    8 9 10

    14

    6a

    X

    POC: User Name

    Phone #: xxx-xxx-xxxxRemit To: Cage Code 4J871Account Name: Canon USA, Inc.Federal ID# 13-256-1772, DUNS# 116194192EFT Bank: Bank of America, Routing/ABA #122000030Checking Account #1233060903

  • 8/13/2019 Can on Contract

    9/128

    7Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V

    1. Date of Order:Date the agency issues the purchase

    order.

    2. Contract Number:Canon GSA Contract No.GS-00F-0002V.

    3. Order Number:Government agencies referencenumber for shipment, receiving andpayment of items ordered.

    4. Issuing Office:Name, address, and phone number ofGovernment office issuing purchaseordermodifications to correctPurchase Orders are made at thisoffice.

    5. Ship to:Name and address where equipment isto be shipped.

    6. Contractor/Vendor:

    Canon U.S.A., Inc. c/o Dealer Name Attn: GSA

    P.O. Box 6517 Arlington, VA 22206

    6a. Business Classification

    7. Supplies and/or Services:Description of items ordered by Gov-

    ernment user must include:A. Type of Equipment LeasedB. Type of Accessories LeasedC. Installation Charge (if applicable)D. Maintenance (or may be orderedupon expiration of warranty)E. SuppliesF. Period CoveredG. Term: (example 36/48/60)

    7a. Point of Contact for installationlocation and phone number

    7b. Remit to Information

    8. Quantity Ordered:Quantity customer orderedmay be:

    A. Number of UnitsB. Number of MonthsC. Number of BoxesD. Number of Cartons

    9. Unit:Units to be counted:

    A. Units B. MonthsC. Boxes D. CartonsE. Each

    10. Unit Price:Monthly Lease RateSee: Canon Federal Schedule Contractfor pricing.

    Operating Lease Plan (Premier Value Lease) SIN 51-58a

    The following is an explanation of a sample Federal Government Purchase Order. Incorrect information in these areas will requiremodification from the issuing office.

    13. Signature:Must be signed by an authorized Contracting/Ordering Officer.

    14. Total Order Value:Order must reflect the total dollar amountobligated for the purchase order.

    10a. Termination Ceiling

    11. Amount:Number of Months times Monthly LeaseRate and/or Quantity Ordered times UnitPrice.

    12. Invoice To:Canons invoice to be sent to this addressfor payment.

    Please note that the prices shown above may not be the accurate price for the items.Please refer to the pricing section for correct pricing.

    1 1

    DATE OF ORDER CONTRACT NO. ORDER NO. REQUISITION/REFERENCE NO.

    October 1, 200_ GS-00F-0002V 123-45-678

    ISSUING OFFICE: (ADDRESS CORRESPONDENCE) SHIP TO: (CONSIGNEE AND ADDRESS, ZIP CODE)

    Contracting Officer Receiving Officer

    123 Federal Drive 4567 Main Street Room 111

    Anywhere, USA 99999 Anywhere, USA 99999

    Tel: (703) 123-4567 Tel: (404) 987-6543

    TO: CONTRACTOR/VE NDOR (NAME, ADDRESS AND ZIP CODE) TYPE OF ORDER

    Canon U.S.A., Inc. A. Purchase - Reference your _______

    Attn: GSA

    P.O. Box 6517

    Arlington, VA 22206

    B. Delivery -

    ACCOUNTING AND APPROPRIATION DATA BUSINESS CLASSIFICATION

    Small Other Than Small Disadvantaged Women Owned

    F.O.B. POINT GOVERNMENT DELIVER TO F.O.B. DISCOUNT TERMS

    Destination B/L NO: PT ON OR BEFORE: Net 30 Days

    PLACE OF INSPECTION AND ACCEPTANCE

    SCHEDULEI TE M S UPP LIES OR S ERV ICE S QUA NTITY UNIT UN IT AMOUNT QU ANT ITY

    NO. ORDERED PRICE ACCEPTED

    001 Canon imageRUNNER XXXX 48 Month PVL 12 mo. $xxx.xx $xxxx.xxxxxxxxx lease factorPeriod covered- October 1, 20__September 30, 20__

    002 Multi-PDL Printer Kit-XX 12 mo. $xx.xx $xxx.xx

    Delivery and Installation Charges IncludedComprehensive MaintenancePeriod covered- October 1, 20__September 30, 20__

    004 Canon imageRUNNER XXXX

    9 mo. $xxx.xx $xxxx.xx60,000 Copies Included

    005 Excess Copy charge at $0. 00423 per copy

    9 mo. $xx.xx $xx.xx006 6 month toner supply

    18 cases $xx.xx $xxx.xx

    Final Destination:Government Copier UserRoom 888

    4567 Main Street, Anywhere, USA 99999

    The termination ceiling charge for this order is $XXXXXXX.

    S M P L E

    SHIPPING POINT GROSS SHIPPING WEIGHT INVOICE NO. $xxxxx.xx TOTAL

    see billing

    instructions INVOICE TO: (NAME, ADDRESS AND ZIP CODE) GRAND

    Finance Officer TOTAL

    4567 Main Street, Anywhere, USA 99999 Tel: (404) 987-1234

    SIGNATURE NAME (TYPED)

    Mary Ann Smith

    Title: Contracting/Ordering Officer

    12

    13

    ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGE

    11

    13

    4

    6

    5

    2

    7

    8 9 10

    14

    6a

    X

    POC: User NamePhone #: xxx-xxx-xxxx

    Remit To: Cage Code 4J871Account Name: Canon USA, Inc.Federal ID# 13-256-1772, DUNS# 116194192EFT Bank: Bank of America, Routing/ABA #122000030Checking Account #1233060903

  • 8/13/2019 Can on Contract

    10/128

    8Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V

    Maintenance SIN 51-57

    The following is an explanation of a sample Federal Government Purchase Order. Incorrect information in these areas will requiremodification from the issuing office.

    10. Unit Price:Monthly Maintenance RateSee: Canon Federal Schedule Contract forpricing.

    11. Amount:Number of Months timesMonthly Maintenance Rate and/orQuantity Ordered times Unit Price.

    Please note that the prices shown above may not be the accurate price for the items.Please refer to the pricing section for correct pricing.

    1. Date of Order:Date the agency issues the purchase

    order.2. Contract Number:

    Canon GSA Contract No.GS-00F-0002V.

    3. Order Number:Government agencies referencenumber for shipment, receiving andpayment of items ordered.

    4. Issuing Office:Name, address, and phone numberof Government office issuing purchaseordermodifications to correct PurchaseOrders are made at this office.

    5. Ship to:

    Name and address where equipment isto be shipped.

    6. Contractor/Vendor:

    A. Canon U.S.A., Inc. c/o Dealers NameAttn: GSA

    P.O. Box 6517 Arlington, Virginia 22206

    or

    B. Canon U.S.A., Inc. Attn: GSA

    P.O. Box 6517 Arlington, Virginia 22206

    (w/dealer name shown in body of the purchase order)

    6a. Business Classification

    7. Supplies and/or Services:Description of items ordered byGovernment user must include:

    A. Type of Equipment to be coveredunder MaintenanceB. Type of Accessories to be coveredunder Maintenance

    7a. Point of Contact for installationlocation and phone number

    8. Quantity Ordered:Quantity customer orderedmay be:

    A. Number of UnitsB. Number of MonthsC. Number of BoxesC. Number of Cartons

    9. Unit:Units to be counted:

    A. UnitsB. MonthsC. BoxesD. CartonsE. Each

    12. Invoice To:Canons invoice to be sent to this address forpayment.

    13. Signature:Must be signed by an authorized Contracting/Ordering Officer.

    14. Total Order Value:Order must reflect the total dollar amountobligated for the purchase order.

    S M P L E 1 1

    DATE OF ORDER CONTRACT NO. ORDER NO. REQUISITION/REFERENCE NO.

    October 1, 200_ GS-00F-0002V 123-45-678

    ISSUING OFFICE: (ADDRESS CORRESPONDENCE) SHIP TO: (CONSIGNEE AND ADDRESS, ZIP CODE)

    Contracting Officer Receiving Officer

    123 Federal Drive 4567 Main Street Room 111

    Anywhere, USA 99999 Anywhere, USA 99999

    Tel: (703) 123-4567 Tel: (404) 987-6543

    TO: CONTRACTOR/VENDOR (NAME, ADDRESS AND ZIP CODE) TYPE OF ORDER

    Canon U.S.A., Inc. A. Purchase - Reference your _______

    c/o Dealer's name

    Attn: GSA

    P.O. Box 6517

    Arlington, Virginia 22206

    B. Delivery -

    ACCOUNTING AND APPROPRIATION DATA BUSINESS CLASSIFICATION

    Small Other Than Small Disadvantaged Women Owned

    F.O.B. POINT GOVERNMENT DELIVER TO F.O.B. DISCOUNT TERMS

    Destination B/L NO: PT ON OR BEFORE: Net 30 Days

    PLACE OF INSPECTION AND ACCEPTANCE

    SCHEDULE

    I TEM SUPPLIES OR SERVICES QUANTI TY UNIT UNI T AM OUNT QUANTITYNO. ORDERED PRICE ACCEPTED

    001 Comprehensive Maintenance 12 mo. $xxx.xx $xxxx.xxPeriod covered October 1, 20__ September 30, 20__Canon imageRUNNER XXXXSerial # XXXXXXXXX60,000 copies included per month

    002 Excess Copy charge at $0.00423 12 mo. $xxx.xx $xxxx.xx

    Final Destination:Government Copier UserRoom 8884567 Main Street, Anywhere, USA 99999

    SHIPPING POINT GROSS SHIPPING WEIGHT INVOICE NO. $xxxx.xx TOTAL

    see billing

    instructions INVOICE TO: (NAME, ADDRESS AND ZIP CODE) GRAND

    Finance Officer TOTAL

    4567 Main Street, Anywhere, USA 99999 Tel: (404) 987-1234

    SIGNATURE NAME (TYPED)

    Mary Ann Smith

    Title: Contracting/Ordering Officer

    12

    13

    ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGE

    11

    5

    1 2 3

    4

    78 9 10

    6

    14

    6a

    X

    POC: User NamePhone #: xxx-xxx-xxxx

  • 8/13/2019 Can on Contract

    11/128

    9Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V

    Lease To Ownership Plan (LTOP) or Operating Lease Plan (Premier Value

    Lease) Upgrades SINs 51-58 and 51-58a

    The following is an explanation of a sample Federal Government Purchase Order. Incorrect information in these areas will requiremodification from the issuing office.

    1. Date of Order:

    Date the agency issues the purchaseorder.

    2. Contract Number:Canon GSA Contract No. GS-00F-0002V.

    3. Order Number:Government agencies reference numberfor shipment, receiving and payment ofitems ordered.

    4. Issuing Office:Name, address, and phone numberof Government office issuing purchaseordermodifications to correct PurchaseOrders are made at this office.

    5. Ship to:

    Name and address where equipment isto be shipped.

    6. Contractor/Vendor:

    Canon U.S.A., Inc. c/o Dealer Name Attn: GSA

    P.O. Box 6517 Arlington, VA 22206

    6a. Business Classification

    7. Supplies and/or Services:Description of items ordered by Govern-ment user must include:

    A. Type of Equipment LeasedB. Type of Accessories LeasedC. Installation Charge (if applicable)D. Maintenance (or may be ordered upon expiration of warranty)

    7a. Point of Contact for installationlocation and phone number

    7b. Remit To Information

    8. Quantity Ordered:Quantity customer orderedmay be:

    A. Number of Units-monthsB. Number of BoxesC. Number of Cartons

    9. Unit:Units to be counted:

    A. Months B. BoxesC. Cartons D. Each

    10. Unit Price:Price of one unit to be purchasedand/or Monthly Lease RateSee: Canon Federal Schedule Contractfor pricing.

    10a. Termination Ceiling

    11. Amount:Number of Months times Monthly LeaseRates and/or Quantity Ordered timesUnit Price

    Please note that the prices shown above may not be the accurate price for the items.

    Please refer to the pricing section for correct pricing.

    12. Invoice To:Canons invoice to be sent to this addressfor payment.

    13. Signature:Must be signed by an authorized Con-tracting/Ordering Officer.

    14. If the ordered equipment is replacing existing CanonEquipment, please indicate the Model and SerialNo. of the existing equipment and the previouspurchase order.

    15. Total Order Value:Order must reflect the total dollar amount obligatedfor the purchase order.

    SHIPPING POINT GROSS SHIPPING WEIGHT INVOICE NO. $xxxxx.xx TOTAL

    see billing

    instructions INVOICE TO: (NAME, ADDRESS AND ZIP CODE) GRAND

    Finance Officer TOTAL

    4567 Main Street, Anywhere, USA 99999 Tel: (404) 987-1234

    SIGNATURE NAME (TYPED)

    Mary Ann Smith

    Title: Contracting/Ordering Officer

    S M PL E

    1 1DATE OF ORDER CONTRACT NO. ORDER NO. REQUISITION/REFERENCE NO.

    October 1, 200_ GS-00F-0002V 123-45-678

    ISSUING OFFICE: (ADDRESS CORRESPONDENCE) SHIP TO: (CONSIGNEE AND ADDRESS, ZIP CODE)

    Contracting Officer Receiving Officer

    123 Federal Drive 4567 Main Street Room 111

    Anywhere, USA 99999 Anywhere, USA 99999

    Tel: (703) 123-4567 Tel: (404) 987-6543

    TO: CONTRACTOR/VENDOR (NAME, ADDRESS AND ZIP CODE) TYPE OF ORDER

    Canon U.S.A., Inc. A. Purchase - Reference your _______

    Attn: GSA

    P.O. Box 6517

    Arlington, VA 22206

    B. Delivery -

    ACCOUNTING AND APPROPRIATION DATA BUSINESS CLASSIFICATION

    Small Other Than Small Disadvantaged Women Owned

    F.O.B. POINT GOVERNMENT DELIVER TO F.O.B. DISCOUNT TERMS

    Destination B/L NO: PT ON OR BEFORE: Net 30 Days

    PLACE OF INSPECTION AND ACCEPTANCE

    SCHEDULEITEM SUPPLIES OR SERVICES QUANTITY UNIT UNIT AMOUNT QUANTITY

    NO. ORDERED PRICE ACCEPTED

    001 Canon imageRUNNER XXXX 12 mo. $xxx.xx $xxxx.xx48 month termxxxxxx leasePeriod covered- October 1, 20__ September 30, 20__

    Delivery and Installation Charges Included

    Comprehensive MaintenancePeriod covered- October 1, 200_ September 30, 20__

    002 Canon imageRUNNER 5020 9 mo. $xxx.xx $xxxx.xx

    60,000 Copies Included

    004 Excess Copy charge at $0.00423 per copy 9 mo. $xx.xx $xx.xx

    005 6 month toner supply 18 cases $xx.xx $xxx.xx

    Final Destination:Government Copier UserRoom 8884567 Main Street, Anywhere, USA 99999

    Replaces Canon Model xxxxx,Serial No. ABC12345 on P.O. No. XYZ001

    12

    ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGE

    11

    12

    13

    14

    5

    31 2

    6

    7

    8 9 10

    4

    15

    6a

    X

    POC: User NamePhone #: xxx-xxx-xxxx

    The termination ceiling charge for this order is $XXXXXXX.

    Remit To: Cage Code 4J871Account Name: Canon USA, Inc.Federal ID# 13-256-1772, DUNS# 116194192EFT Bank: Bank of America, Routing/ABA #122000030Checking Account #1233060903

  • 8/13/2019 Can on Contract

    12/128

    10Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V

    1. Date of Order:

    Date the agency issues the purchase order

    2. Contract Number:Canon GSA Contract No.

    GS-00F-0002V.

    3. Order Number:

    Government agencies reference number for

    shipment, receiving and payment of items

    ordered.

    4. Issuing Office:

    Name, address, and phone number of

    Government office issuing purchase order

    modifications to correct Purchase Orders

    are made at this office.

    5. Ship to:

    Name and address where equipment is

    located. If there is a change of address, anotation should be made in block 7.

    6. Contractor/Vendor:

    A. Canon U.S.A., Inc.

    c/o Dealers Name

    Attn: GSA

    P.O. Box 6517

    Arlington, Virginia 22206

    or

    B. Canon U.S.A., Inc.

    Attn: GSA

    P.O. Box 6517

    Arlington, Virginia 22206

    (w/dealer name shown in body of the

    (purchase order)

    6a. Business Classification

    7. Supplies and/or Services:

    Description of items ordered by Government

    user must include:

    A. Type of Equipment being renewed

    B. Type of Accessories being renewed

    C. Serial Number of the Equipment

    D. Previous P.O. Number

    E. Dates of coverage

    F. Plan type ( e.g. Fiscal Rental, Renewal,

    48 Month LTOP)

    7a. Point of Contact for installation location

    and phone number

    7b. Remit To Information

    8. Quantity Ordered:

    See sample Rental, LTOP or Maintenance

    Purchase Order.

    9. Unit:

    See sample Rental, LTOP or Maintenance

    Purchase Order.

    10. Unit Price:

    See sample Rental, LTOP or Maintenance

    Purchase Order.

    Renewal - Maintenance, LTOP, Operating Lease Plan (Premier Value Lease)

    SINs 51-57, 51-58, 51-58a

    The following is an explanation of a sample Federal Government Purchase Order. Incorrect information in these areas will requiremodification from the issuing office.

    10a. Termination Ceiling

    11. Amount:

    See sample Rental, LTOP or Maintenance Purchase

    Order.

    12. Invoice To:

    Canons invoice to be sent to this address for

    payment

    Please note that the prices shown above may not be the accurate price for the items.

    Please refer to the pricing section for correct pricing.

    13. Signature:

    Must be signed by an authorized Contracting/ Ordering

    Officer

    14. Total Order Value:

    Order must reflect the total dollar amount obligated for

    the purchase order.

    1 1

    DATE OF ORDER CONTRACT NO. ORDER NO. REQUISITION/REFERENCE NO.

    October 1, 20__ GS-00F-0002V 123-45-678

    ISSUING OFFICE: (ADDRESS CORRESPONDENCE) SHIP TO: (CONSIGNEE AND ADDRESS, ZIP CODE)

    Contracting Officer Receiving Officer

    123 Federal Drive 4567 Main Street Room 111

    Anywhere, USA 99999 Anywhere, USA 99999

    Tel: (703) 123-4567 Tel: (404) 987-6543

    TO: CONTRACTOR/VENDOR (NAME, ADDRESS AND ZIP CODE) TYPE OF ORDER

    Canon U.S.A., Inc. A. Purchase - Reference your _______

    c/o Dealer's Name

    Attn: GSA

    P.O. Box 6517

    Arlington, Virginia 22206

    B. Delivery -

    ACCOUNTING AND APPROPRIATION DATA BUSINESS CLASSIFICATION

    Small Other Than Small Disadvantaged Women Owned

    F.O.B. POINT GOVERNMENT DELIVER TO F.O.B. DISCOUNT TERMS

    Destination B/L NO: PT ON OR BEFORE: Net 30 Days

    PLACE OF INSPECTION AND ACCEPTANCE

    SCHEDULEI TE M S UP PL IE S O R S ERV IC ES QU AN TI TY UN IT U NI T A MO UN T Q UA NT IT Y

    NO. ORDERED PRICE ACCEPTED

    001 Canon Model and Serial Number 12 mo. $ xxx.xx $ xxx.xxPlan Type and Term (e.g. 60 Mo. LTOP)

    Dates of coverage

    (e.g. October 1, 20__-September 30, 20__)

    Months 37-48

    Excess Copies ( If applicable ) $xxx.xx $xxx.xx

    Renewal of P.O. # XX12345

    Accessories 12 mo. $xxx.xx $xxx.xx

    SHIPPING POINT GROSS SHIPPING WEIGHT INVOICE NO. $xxxx.xx TOTAL

    see billing

    instructions INVOICE TO: (NAME, ADDRESS AND ZIP CODE) GRAND

    Finance Officer TOTAL

    4567 Main Street, Anywhere, USA 99999 Tel: (404) 987-1234

    SIGNATURE NAME (TYPED)

    Mary Ann Smith

    Title: Contracting/Ordering Officer

    12

    13

    ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGE

    11

    5

    6

    4

    321

    78 9

    10

    14

    002

    003

    6a

    X

    POC: User Name

    Phone #: xxx-xxx-xxxx

    S M P L E

    The termination ceiling charge for this order is $XXXXXXX.

    Remit To: Cage Code 4J871Account Name: Canon USA, Inc.Federal ID# 13-256-1772, DUNS# 116194192EFT Bank: Bank of America, Routing/ABA #122000030Checking Account #1233060903

  • 8/13/2019 Can on Contract

    13/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V11

    Contract Information 1. Table of Item Numbers Awarded

    51-100 Photocopying Equipment & Accessory Purchase51-57 Maintenance Service Agreements (Copying and Duplicating)51-58 Lease-to-Ownership Plans (Copying and Duplicating)

    51-58a Premier Value Lease (Operating Lease)51-101-2 Consumable Supplies (Photocopying)132-8 Purchase of IT Equipment

    2. Maximum OrderSIN No. Amount

    51-100 $500,000

    132-8 $500,000

    51-101-2 $100,00051-57 $100,000

    This schedule may be used for any amount of order.

    If you wish a price quote for quantities in excess of the maximum order, please call (703) 807-3100.

    3. Minimum OrderThe minimum Supply Order is $50.00. Any order for less than $50.00 will be accepted if the order provides for a Handling Charge of$10.00. If a Handling Charge is not authorized, the order will be returned.

    4. Geographic CoverageThe Contract Delivery area is defined as the 48 Contiguous States, District of Columbia (DC), Alaska, Hawaii, Guam and Puerto Rico.The Contractor may provide Foreign Service if readily accessible to Contractors Service Points. Canon U.S.A., Inc. reserves theright to return orders for areas which are remote or not readily or adequately serviced within the 48 Contiguous States, D.C., Alaska,Hawaii, Guam and Puerto Rico.

    5. Points of ProductionItem No. 51-100, 51-58, 51-58a, 51-101-2, 132-8: Japan, USA, Germany, Belgium, Korea

    6. Statement of Net PricingRefer to Pricing starting on page 29.

    All prices herein are net (discounts deducted).

    7. Quantity DiscountsQuantity discounts are based upon a single order for the quantity indicated. Items cannot be combined to achieve quantity discounts.Level II quantity discounts apply to 11 or more of the same item on a single purchase order. For example, if a purchase order lists 11imageRUNNER units and 5 Finisher accessories, the Level II discount applies to the imageRUNNER units and the Level I discount

    applies to the Finisher accessories.

    8. Payment TermsNet 30 days.

    9. Foreign ItemsRefer to Item 5

    Note: In accordance with the Trade Agreements Act, the application of the Buy American Act and its evaluation penalties arewaived on the purchase of Canon copiers under this contract.

  • 8/13/2019 Can on Contract

    14/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V12

    10a. DeliveryAll Canon Equipment and Accessories, will be delivered from 1 to 60 days after receipt of valid order. For orders receivedelectronically via GSA Advantage, Canon offers 1-45 days after receipt of valid order.

    10b. Expedited DeliveryItems available for expedited delivery will be determined on a case-by-case basis.

    10c. Overnight and 2-day DeliveryOvernight and 2-day delivery will be determined on a case-by-case basis.

    10d. Urgent RequirementsWhen the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an orderingagency, agencies are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery. TheContractor shall reply to the inquiry within 3 workdays after receipt (telephone replies shall be confirmed by the Contractor in writing).If the Contractor offers an accelerated delivery time acceptable to the ordering agency, any order(s) placed pursuant to the agreedupon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms andconditions of the contract.

    10e. Equipment/Accessory/Supply Return Policy

    Returns due to ordering or processing errors:

    Requests for return authorizations due to a Canon error must be submitted, within 30 days from the date of shipment, to CanonFederal Sales Division at 703-807-3500. The equipment being returned must be in new condition (unused) and should be returnedin the original shipping container, whenever possible. Any equipment that is returned without prior written approval from CanonsCustomer Service Department will be rejected by the receiving warehouse.

    Requests for return authorizations due to a Government error must be submitted, within 30 days from date of shipment to CanonFederal Sales Division at 703-807-3500 and will be subject to a 15% restocking fee. Equipment being returned must be in newcondition (unused). Any equipment that is returned without prior written approval from Canons Customer Service Department will berejected by the receiving warehouse.

    Receipt of Defective Equipment:

    If the government receives a defective unit, at its option Canon will:1) repair the product at no charge, using new or refurbished replacement parts,2) exchange the product with a product that is new or which has been manufactured from new, or

    3) refund the purchase price of the product. A replacement product assumes the remaining warranty of the original product or 90days, whichever provides longer coverage.

    11. F.O.B. PointsPrices in this Contract include delivery to the shipping dock of destinations located within the 48 Contiguous States and the Districtof Columbia. The Contractor will determine the most economical means of transportation. Where premium routing, rigging or insidedelivery is required by the Government activity, the Contractor will pay such charge and add the actual cost thereof, as a separateitem on the invoice. Shipments to Hawaii, Guam, Alaska, Puerto Rico and other locations outside the Continental Limits are F.O.B.,P.O.E. (Port of Embarkation) Continental Limits. Beyond these limits, charges will be added to the invoice.

    12. OrderingRefer to Information for Ordering Activities Instructions on page 2.

    13. InvoicingRefer to Invoicing and Payment paragraphs on page 3.

  • 8/13/2019 Can on Contract

    15/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V13

    14. WarrantySee Warranty provision under Purchase Terms and Conditions on page 18.

    PHOTORECEPTOR DRUMS/DRUM UNITS

    Canon guarantees the photoreceptor drums for the models listed below to be free of defects in workmanship and material under normal use andservice and shall replace the drum without charge (or issue a credit at Canons option) for the period shown below after delivery or the number ofcopies listed for each model, whichever comes first.

    Model No. of Days/Copies for Replacement

    iR 2870G 30/17,000

    iR 3025G 30/17,000

    iR 3030G 30/17,000

    iR 3035G 30/17,000

    iR 3045G 30/17,000

    iR 3530G 30/17,000

    iR 2230G 30/17,000

    iR C3220G 30/1,000

    iR C2880G 30/1,000

    Canon shall provide a credit to the purchaser toward a replacement drum for the copiers listed below, if the drum in the copier fails to operatethereafter but within the time indicated after delivery or the specified copies listed below, whichever comesfirst.

    Model No. of Months/Copies for Replacement

    iR 2870G 12/64,000

    iR 3025G 12/64,000

    iR 3030G 12/64,000

    iR 3035G 12/64,000

    iR 3045G 12/64,000

    iR 3530G 12/32,000

    iR 2230G 12/64,000

    iR C3220G 4/32,000iR C2880G 4/50,000

    EXAMPLE OF WARRANTY: Calculation for the credit for a defective drum may be illustrated by the following example: NP-6085 Drum inoperative after 50,000 copies in less than 90 days use. Drum warranted for 100,000 copies. Calculation: 100,000-50,000 = 50,000 = 50% Credit

    100,000 100,000

    Nicks, scratches and dents caused by the user are not covered by the warranty on all models.

    15. Export PackingExport packing is available upon request. When requested, such packing will be quoted as an Open Market item and only if available

    at that time. It is recommended that items be purchased (Open Market) from the Canon affiliated organization in the destinationcountry. Contact Canon at 1-800-323-9170 to obtain the address and phone number of the organization in the particular country ofinterest.

    Lease or Maintenance of copiers is only available under this contract within the 48 contiguous states, Alaska, Hawaii, Guam,Washington, D.C. and Puerto Rico.

    16. Terms and Conditions for Canon Repair and Maintenance Program Refer to the Terms and Conditions applicable to the Canon Repair and Maintenance Program on page 26.

  • 8/13/2019 Can on Contract

    16/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V14

    17a. New Lease Installations Refer to the Terms and Conditions applicable to the Canon Lease Plans on page 20.

    17b. Lease Renewals All renewal orders should be issued citing the original Purchase Order and GSA Contract Number GS-00F-0002V.

    18. Installation Charges

    Refer to the Terms and Conditions applicable to LTOP (page 20), Operating Lease Plan (Premier Value) (page 20), and Purchase(page 18).

    19. ElectricityThe Government will furnish the proper electric current meeting the Contractors published standards, and required electricalreceptacles for the equipment.

    20. Relocation of EquipmentLease

    Relocation of LTOP equipment must be made by Canon U.S.A., Inc. or its authorized dealer, except for relocations which CanonU.S.A., Inc. or its authorized dealer has determined, prior to the move, do not require trained moving technical personnel.

    Canon requires 30 days written notice prior to any relocation of equipment. Canon reserves the right to reject any request for

    relocation of equipment to an area which is remote or not readily or adequately serviced by Canon or its authorized dealer. The cost of shipment to the new installation site and all related expenses shall be borne by the Government.

    The Government will request a price quotation from Canon U.S.A., Inc. or its authorized dealer. The Government will receive aquotation in an amount which will not be exceeded, and the Government will issue a purchase order in that amount. If, after themove, the actual charges are less, the lesser amount will be invoiced.

    Prior to relocation of equipment, Canon or its authorized dealer will insure the equipment meets Canon performance specifications.

    Relocation of equipment will include one or all of the following depending on the needs of the Government: breakdown and packingof equipment, shipping, uncrating and re-installation and key operator training.

    Said machine will be transferred without cessation of lease/maintenance charges during the period of transfer.

    Maintenance (Government-Owned Equipment)

    Relocation of Government-Owned equipment covered under a Canon maintenance agreement must be made by Canon U.S.A.,

    Inc. or its authorized dealer, except for relocations which Canon U.S.A., Inc. or its authorized dealer has determined, prior to themove, do not require trained moving technical personnel. Canon requires 30 days written notice prior to any relocation of equipment. In the event that equipment is relocated to an area

    which is remote or not readily or adequately serviced by Canon or its authorized dealer, the maintenance agreement shall beterminated without further obligations being incurred by either Canon or the Government.

    The cost of shipment to the new installation site and all related expenses shall be borne by the Government.

    The Government may request a price quotation from Canon U.S.A., Inc. or its authorized dealer. The Government will receive aquotation in an amount which will not be exceeded, and the Government will issue a purchase order in that amount. If, after themove, the actual charges are less, the lesser amount will be invoiced.

    Prior to relocation of equipment Canon or its authorized dealer will ensure the equipment meets Canon performance specifications.

    Relocation of equipment may also include one or all of the following, depending on the needs of the Government: breakdown andpacking of equipment, shipping, uncrating and re-installation and key operator training.

    Said machine will be transferred without cessation of maintenance charges during the period of transfer.

    If the equipment is relocated without prior notice/approval by Canon U.S.A., Inc. or its authorized dealer, the maintenanceagreement may be terminated effective with the date of such relocation without further obligations being incurred by either CanonU.S.A., Inc. or the Government.

    Purchase

    Should the Government transfer their equipment, not covered under a Canon maintenance agreement, to a new location and requirereinstallation and key operator training, the Government will contact Canon U.S.A., Inc. or its authorized dealer for a price quotationfor this service. Upon receipt of a proper purchase order, this service will be rendered.

  • 8/13/2019 Can on Contract

    17/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V15

    Shipment Liability

    When the shipment is under the control of Canon and damage is incurred which results in costs for either labor or parts to restore theequipment to good operating condition at the new site, such costs shall be borne by Canon or its authorized dealer.

    When the shipment is under the control of the Government and damage is incurred which results in costs for either labor or parts torestore the equipment to good operating condition at the new site, such costs shall be borne by the Government.

    Delivery and acceptance at loading dock

    When Canon is asked to leave the equipment at a loading dock and the customer signs acceptance and later moves the equipmentthemselves, any equipment damage costs shall be borne by the Government.

    21. List of Sales and Service LocationsRefer to Canons website at: www.usa.canon.com/gmd/saleslocations.html.

    22. List of Authorized DealersRefer to Canons website at: www.usa.canon.com/gmd/saleslocations.html.

    23. Preventive MaintenanceRefer to page 26.

    24. Certification of Federal Government ContractorsAll Purchases and Rentals authorized by U.S. Government Agencies in accordance with Federal Acquisition Regulation (51.100) Useof G.S.A. Supply Sources by Contractors, that are placed by Federal Government Prime Contractors and Sub-Contractors under thisG.S.A. Contract, shall be accompanied by a copy of the Government authorization.

    Purchase Orders shall contain the following statement:

    This Order is placed pursuant to written authorization from (Name of Government Agency), Dated ______, a copy of which isattached. In the event of an inconsistency between the terms and conditions of this order and those of your Federal Supply Schedule

    Contract, the latter will govern.

    Certified Contractors using this Contract will notify CANON promptly should the Government terminate their authorization.

    Orders not containing the required Certification will be billed at Commercial prices.

    FEDERAL GRANTEES ARE NOT PERMITTED TO USE THIS CONTRACT.

    20. Relocation of Equipment (continued)

    Continued on next page

  • 8/13/2019 Can on Contract

    18/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V16

    SAMPLE LETTER OF AUTHORIZATION*Name and Title of Official* *Name of Company* *Address of Company*

    Dear *__________*

    As a Government cost-reimbursement contractor under contract *enter number or numbers *_________*, you are herebyauthorized to place orders under GSAs Federal Supply Schedules Program, subject to the conditions listed below. A writtenfindingsupporting issuance of this authorization has been made in accordance with FAR 51.102.

    1. This authorization expires on *____*.2. Purchases made under this authorization are limited to * $ __________*.

    3. This authorization is limited to the following GSA Federal Supply Schedule * enter contract or contracts*: *enter contractorname(s) and contract number(s)*

    4. This authorization *enter does or does not * apply to overhead supplies, and * enter does or does not* apply toproduction supplies.

    5. This authorization is limited to the following *enter facility or facilities*: * enter location of facility*6. Vesting of title for supplies purchased under this authorization shall be follows: *enter vesting information*

    7. *Enter any other limitations or conditions deemed necessary*

    Any supplies and services purchased under this authorization must be properly accounted for and properly used. You are authorizedto order only those supplies and services required in the performance of your contract (s) referenced above. You are responsible forcompliance with the applicable polices and procedures prescribed in FAR 51.1, particularly FAR 51.103, regarding purchasing fromGSA Federal Supply Schedule contracts.

    If you have any questions, you may contact *enter Name of Contracting Officer* on * ____*.

    Sincerely,

    *Name of Contracting Officer and Office Symbol*

    25. Underwriters Laboratory CertificationAll copiers listed in this Contract have been approved by Underwriters Laboratory and meet Federal Specifications J.C. 175 b.

    26. State and Local TaxesThe Contract price excludes all State and Local taxes levied on or measured by the Contract or sale price of the services orcompleted supplies furnished under this Contract. Taxes excluded from the Contract Price pursuant to the preceding sentence shall

    be separately stated on the Contractors invoices and the Government and government contractors agrees either to pay to theContractor amounts covering such taxes or to provide evidence necessary to sustain an exemption therefrom.

    27. Trade Agreements Act (19 U.S.C. 2501)In accordance with the Trade Agreements Act, Public Law 96-39; Executive Order 12260 dated 12/31/80 and Federal ProcurementRegulation, Temporary Regulation 57, the application of the Buy American Act and its evaluation penalties are waived on the purchaseof Canon copiers.

    28. Prompt Payment ActIn accordance with the Prompt Payment Act, Canon U.S.A., Inc. has the authority to assess Federal Government Agencies interestcharges on invoices which remain unpaid thirty (30) days after their receipt of a proper invoice.

    29. Order of PrecedenceOrders placed under this Contract shall be governed by the prices and terms of this Contract only, regardless of any prices, terms, oromissions on order documents.

    30. Equipment Trade-InTrade-in terms are not a part of this Contract. Consult your local Canon dealer for availability as an Open Market item.

    Trade-in equipment will be accepted as an open market transaction and consequently not subject to the Multiple Award Schedulecontract or its price reduction clause. The trade-in is an open market convenience in the form of a discount or credit to the

    government on equipment sales or rental to the Government.

    24. Certification of Federal Government Contractors (continued)

  • 8/13/2019 Can on Contract

    19/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V17

    31. Recycled PaperCanon Copying Equipment (except Color Laser Copiers) produces satisfactory copies on recycled paper that meets the JointCommittee on Printing Standard JCP 0-65.

    32. RiggingRigging refers to any inside delivery or removal from or to point of installation where adequate access (elevator) is not available,requiring movement of equipment up stairways, through windows, etc. If rigging is required this will be quoted by the Canon

    Authorized Dealer as an Open Market Item.

    33. Section 508Canon is dedicated to providing access to all users, and offers accessible solutions for persons with disabilities. Accessibility andSection 508 documentation for individual Canon products is available in the form of the industry-wide Voluntary Product AccessibilityTemplate (VPAT). This documentation can be found at the Canon U.S.A., Inc. website at www.cusa.canon.com/gmd/section508.html,or from the Government Policy and Compliance Analyst at (703) 807-3158.

    34. Liability for Injury or DamageThe Contractor shall not be liable for any injury to Government personnel or damage to Government property arising from the use ofequipment maintained by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor.

    35. Product SubstitutionsCanon may make product substitutions to equipment, systems, and/or accessories as long as the substitute item is the same or bettertechnology at the same or lower price. Delivery order modifications will not be required. The invoice will reflect the actual productshipped NOT the product ordered. To effectively administer savings to the Government, Finance Offices are instructed to makepayments in accordance with this paragraph without requiring a delivery order modification.

  • 8/13/2019 Can on Contract

    20/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V18

    TERMS AND CONDITIONS FOR PURCHASE

    Consolidated Contract SINs C 3610, C 5815 and C 7025

    (SINs 51-100, 51-101-2, 132-8)

    1. Installation and TrainingFor copier and imagefiling equipment, the Purchase Price includes delivery (except excess rigging charges which will be quotedand billed as an Open Market item, if required) and installation of hardware, with the exception of those items indicated as customerinstallable. Network connectable hardware shall be installed ready for network installation by customer. On-site network installationassistance can be obtained on an Open Market basis through a separate contract from the local Canon dealer or Canons FederalSales Division. An installation charge may apply for accessories placed after the initial machine installation.In addition to delivery and installation referenced above, the Contractor will unpack, install and check the equipment to insure that it isin good working order. The customer will assign a Key Operator who will be responsible for normal operator maintenance; i.e., loadingof paper, adding toner and developer, clearing paper delays, and cleaning platen glass.The Purchase Price includes one initial training session and manual, unless otherwise noted. Any additional on-site training ornetwork integration assistance can be obtained on an Open Market basis through a separate contract from the local Canon dealer orCanons Federal Sales Division.

    While Facsimile Equipment is normally self-installable, installation and training in the use and maintenance of the equipment isavailable for an additional charge.

    2. WarrantyCanon warrants equipment to be free from defects in workmanship and material under normal use and service for a period afterdelivery to purchaser as specified on page 73. The Photoreceptor drum is under separate warranty as specified on page 13. Duringsuch warranty period, the Contractor shall replace, without charge, any defective part other than the following consumable items andmaterials: paper, chemicals (such as developer, toners, etc.) There is no warranty on waste toner cases.This warranty shall be void and of no force and effect if the copier is damaged as a result of A) neglect, alteration, electric currentfluctuation or accident, B) improper use, including failure to follow operating, maintenance and environmental conditions prescribedin Canon U.S.A.s instruction manual, C) installation or repair by other than service representatives qualified by Canon U.S.A. andacting in accordance with Canon U.S.A.s service bulletins, D) use of supplies or parts (other than those distributed by Canon U.S.A.)which damage the equipment or cause abnormally frequent service calls or service problems. Nor does this warranty extend to any

    equipment on which the original identification marks or serial numbers have been defaced, removed, or altered. After the warrantyperiod, all adjustments, removal of paper jams, cleaning and consumable parts will be charged to the customer as an Open Marketitem or under the terms of Consolidated Special Item Number CJ036 (SIN 51-57).

    3. Blanket Purchase Agreement (BPA) Terms and Conditionsa. Available to any eligible user of the GSA Contract.b. Establishment of a BPA requires a purchase order (or equivalent document) signed by a contracting officer which contains

    the following statements: -This order establishes a Blanket Purchase Agreement between (name of agency/department, etc.) and Canon U.S.A., Inc.

    under the BPA terms contained in GSA Contract No. _______________. -During the term of the BPA, the agency agrees to purchase a minimum of $250,000 (excluding accessories and supplies)

    in equipment.-In the event the cumulative total of orders placed under this BPA does not reach the minimum purchase dollars ($250,000),the Contractor may invoice at the price of the applicable quantity level.

    c. All entities authorized to utilize the BPA must be specified by the agency or department on the BPA document. Orders notreflecting an entity listed with the BPA will receive single unit published prices from the current GSA Price Schedule.

    d. Orders establishing BPAs must be sent to: Canon U.S.A., Inc. 2110 Washington Blvd., Suite 300 Arlington, VA 22204 Attn: Manager, Government BPA Contractse. BPAs can be established for all plans. Where quantity pricing is available, however, Special Item Numbers cannot be

    combined to meet commitments.

    Terms and Conditions Office Imaging & Document Solutions

  • 8/13/2019 Can on Contract

    21/128

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V19

    f. A BPA entitles the agency to the quantity break pricing for purchase of equipment, however, accessories and supplies donot contribute to the minimum purchase requirements.

    g. If the agency does not reach the minimum purchase dollars, the agency will be ineligible for BPA prices for the following fiscal year.h. The maximum order limitation of the contract applies solely to individual orders placed against the BPA and has no bearing

    on the cumulative or total value of these orders.i. Individual orders placed against the BPA will reference the BPA number.

    j. Invoices to the billing address shown on each BPA will follow, not accompany, each shipment. Monthly or cumulativesummary invoicing is not available.

    4. Relocation of EquipmentRefer to Page 14, item #20 for Relocation of Equipment terms.

    5. Replacement of Existing Canon EquipmentIf the ordered equipment is replacing existing Canon equipment, please indicate the model and serial number of the existingequipment.

    6. Purchase of Supplies

    Refer to the Product Pricing Pages for specific Supply information.

    3. Blanket Purchase Agreement (BPA) Terms and Conditions (continued)

  • 8/13/2019 Can on Contract

    22/128

    TERMS AND CONDITIONS FOR LEASING OF GENERAL PURPOSE COMMERCIALEQUIPMENT Consolidated Contract SIN C W036

    SIN 51-58 - Lease-to-Ownership Plan (LTOP - Copiers Only)

    SIN 51-58a - Operating Lease Plan (Premier Value Lease - Copiers Only)

    1. Statement Of Government IntentFor the purpose of this solicitation, Lease Term is defined as the duration of the lease in months (not to exceed 60 months) as shown

    on the Ordering Agencys initial delivery order. It is understood by all parties to this contract that this is a leasing arrangement. In thatregard, the Government anticipates fulfilling the leasing agreement subject to the availability of appropriated funds and the continuedneeds of the Ordering Agency. The Ordering Agency, upon issuance of any delivery order pursuant to Special Item Numbers (SINs)51 58 or 51 58a, intends to use the equipment for the lease term specified in the initial delivery order so long as the needs of theOrdering Agency for the equipment or functionally similar equipment continues to exist and adequate funds are appropriated. Eachlease hereunder shall be initiated by a delivery order which shall, either through a statement of work or other attachment specifythe equipment being leased, and the terms of the transaction as required in other sections of SINs 51 58 or 51 58a. The leasecommencement is the date of acceptance as defined by FAR 12.4.

    Thefirst period or initial term of the leasing agreement will be through September 30thof thefiscal year in which the order is placed,or as extended by act of Congress, unless the ordering office has multi-year funding.

    Ordering Agencies are advised to follow the guidance provided in Federal Acquisition Regulation (FAR) Subpart 7.4 Equipment Leaseor Purchase, and to review the lease terms and conditions prior to ordering and obligating funding for a lease. Ordering Agencies areresponsible for the obligation of the funding consistent with fiscal law when entering into any lease arrangement.

    2. Ordering Procedures(1) Ordering Agencies are strongly encouraged to conduct a needs assessment prior to the procurement of copiers.(2) When the Ordering Agency expresses an interest in leasing a product(s), the Ordering Agency will provide the followinginformation to the prospective vendor: (i) Which product(s) is (are) required. (ii) The required delivery date. (iii) The proposed term of the lease. (iv) Where the equipment will be located. (v) Description of the intended use of the equipment.

    (3) The contractor will respond with: (i) Whether the contractor can provide the required equipment. (ii) The monthly payment based on the rate and the initial and residual values of the equipment. (iii) The estimated cost, if any, of applicable State or local taxes.

    (iv) A confirmation of the availability of the equipment on the required delivery date. (v) Extent of warranty coverage, if any, of the leased products. (vi) Cite the cost of any mandatory maintenance is applicable.

    3. Orders And Period Of Leasing Arrangementsa. Lease Options: At a minimum, Ordering Agenciesplacing orders for equipment under a leasing arrangement must specify on thedelivery order the applicable leasing SIN under which the equipment is being leased.51 58 Lease to Ownership Plan (LTOP) (Lease/Purchase)(Copier)51 58A Lease with Option to Own (Operating Lease) (Copier)

    b. Funding. When using annually appropriated funds when placing an order for leasing, the following applies:(1) Any lease executed by the Ordering Agency shall be on the basis that the known requirements exceed the remainder of thefiscal year. Due to funding constraints, however, the Ordering Agency cannot normally commit to a term longer than onefiscalyear at the commencement of the lease. To facilitate the exercise of renewal options for futurefiscal years, the lease term will bespecified in the delivery order. All orders for leasing shall remain in effect through the Governmentfiscal year (or as extendedby Act of Congress), or the planned expiration date of the lease, whichever is earlier, unless the Ordering Agency exercises itsrights hereunder to acquire title to the equipment prior to the planned expiration date. Despite the fact that the delivery order willspecify the total lease term, orders under the lease shall not be deemed to obligate succeeding fiscal years funds or to otherwisecommit the Ordering Agency to a renewal.

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V20

  • 8/13/2019 Can on Contract

    23/128

    (2) All orders for leasing automatically terminate at the end of the Governmentfiscal year (or as extended by Act of Congress)or the contract term, whichever is earlier. However, Ordering Agencies should notify the contractor in writing thirty (30) calendardays prior to the expiration of such orders as to the Governments intent to renew. Ordering Agencies are instructed to followthe guidelines set forth in Paragraph 14 of this section with regard to termination of lease terms for non-appropriation or agencydecisions not to renew. Should Ordering Agencies decide to terminate the lease prior to the expiration of the lease term underany other condition other than those set forth in Paragraph 14. Early termination charges shall apply. See Section 13, EarlyTermination.

    c. Multi-Year Funding Within contract Period: Where an Ordering Agency specific appropriation authority provides for funds inexcess of a 12 month (fiscal year) period, the Ordering Agency may place a schedule contract order for leasing for a period up to theexpiration of its period of appropriation availability, or the expiration of the contract period whichever comes first, notwithstanding theinterveningfiscal years.

    d. In recognition of the types of products on this Schedule and the potential adverse impact to the Governments mission, theGovernments quiet and peaceful possession and unrestricted use of the equipment shall not be disturbed in the event the equipmentis sold by the Contractor, or in the event of bankruptcy of the contractor, corporate dissolution of the Contractor, or other event, solong as the Government is not in default. The equipment shall remain in the possession of the Government until the expiration of thelease. Any assignment, sale, bankruptcy, or other transfer of the leased equipment by the contractor will not relieve the Contractorof its obligations to the Government, and will not change the Governments duties or increase the burdens or risks imposed on theGovernment.

    e. Assignment of Claims: In accordance with GSAR 552.232-23 Assignment of Claims under this contract, the Ordering AgencyContracting Officer may approve the assignment of claim for an order under these leasing Special Item Numbers (SINs) inaccordance with FAR 32.803. Contractors cannot prohibit or otherwise limit the Governments ability to setoff lease payments underany lease or assignment of a lease.

    f. Government Rights under Lease: The Government does NOT waive anyperformance requirements, warranty rights norother contract or statutory rights, such as the right to set off payments against other Government debt, as a part of the lease. TheGovernments acceptance of an assignment of a lease, does not waive any of the Government contract provisions.

    4. Maintenance And Installationa. Maintenance and installation, when applicable, are not included in the lease payments. The Ordering Agency will obtain

    installation and/or maintenance from the contractor or a designated authorized service provider.

    b. When installation and/or maintenance is to be performed by the Contractor, the payments, terms and conditions will be as statedin this contract. Maintenance payments and terms and conditions during subsequent renewal periods of this lease will be those of theprevailing GSA Schedule contract in effect.

    5. Monthly Paymentsa. Prior to the placement of an order under this SIN, the Ordering Agency and the contractor must agree on a base value for theproducts to be leased. The base value will be the contract purchase price (less any discounts). For operating leases the residualvalue is independent of the purchase option price. The residual value will be used in the calculation of the original lease payment.

    b. To determine the initial lease term payment, the contractor agrees to apply the negotiated lease factor to the agreed upon basevalue:

    Examples: Lease factor one (1) percent over the rate for the three year (or other term) Treasury Bill (T-bill) at the most currentU. S. Treasury auction. orThe Contractors most favored finance rate factor as agreed to during contract negotiations.The lease payment may be calculated by using a programmed business calculator or by using rate functions provided incommercial computer spreadsheets (e.g., Lotus 1-2-3, Excel).

    3. Orders And Period Of Leasing Arrangements (continued)

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V21

  • 8/13/2019 Can on Contract

    24/128

    c. The purchase option price will be based upon the unamortized principle of the product. The payment will be based upon theunamortized principle, as shown on the payment schedule as of the last payment prior to date of transfer of ownership. In the eventthe Government desires, at any time, to acquire title to equipment leased hereunder, the Government may make a one-time lumpsum payment.

    6. Expiration Of Lease Term:a. Upon the expiration of the Lease Term, the Ordering Agency will:

    (i) Upon 30 day written notice, return the Equipment to the Contractor or -(ii) Purchase the equipment at the fair market valueof the equipment or;

    (iii) Obtain requirements in accordance with FAR 8.4 (Ordering Procedures) by issuing a new request for quote.

    Note: Customers are advised to see paragraph 15-18 for additional lease expiration provisions.

    7. AdditionsFor the purpose of this solicitation the definition of an addition is defined as follows:Additions: The addition of accessories features or other enhancements available for lease under this contract to an existing model(base unit) already installed. Additions shall not change the functionality of the installed equipment.

    a. The ordering agency may require the contractor to modify existing leased equipment through order modifications, provided the

    modifi

    cations are customarily offered by the contractor for the equipment leased. The price of the modifi

    cation will be mutually agreedupon by the ordering agency and the contractor. The ordering agency may pay for the modification at full price upon acceptance, orthe modification price may be leased coterminous with the initial lease term. The contract lease interest rate in effect at the time oforder of the modification will be used to calculate the monthly payment applicable to the modification. For Operating leases a residualvalue should be negotiated for the modification.

    For example:

    Lease to ownership

    Price of the modification - $1,000Months remaining on the equipment lease - 19Current contract lease factor at the time of the modification - 045 for 24 month lease, the term closest to remainder of lease.

    Interest equivalent (i) for lease factor is 0.625% per month [rate(N,-pmt,Price)/rate(24,-0.045,1)]Modification Payment $55.98 [PMT(i,N,P)/PMT(.625%,19,1000)]

    b. The Ordering Agency may affix or install any accessory, addition, equipment or device on the equipment (additions) providedthat such additions:

    (1) can be removed without causing material damage to the equipment;(2) do not reduce the value of the equipment; and(3) are obtained from or approved by the contractor, and are not subject to the interest of any third party other than thecontractor.

    c. Any other additions may not be installed without the contractors prior written consent. At the end of the lease term, theGovernment shall remove any additions which:

    (1) were not leased from the contractor, and(2) are readily removable without causing material damage or impairment of the intended function, use, or value of theequipment, and restore the equipment to its original configuration.

    d. Any additions, which are not removable, will become the contractors property (lien free).e. Payment may be modified based on the schedule price adjusted to reflect the actual period until the end of the lease term.f. Should the Ordering Agency elect to replace equipment under the lease a new FAR 8.4 competition is required. This doesnot preclude substitution for failure to perform. Ordering Agencies are advised that when making the decision to conduct a newcompetition, consideration must be given to the early termination of existing equipment and/or the financial considerations involvedwith the rollover of existing equipment should the current contractor prevail. Ordering Agencies are strongly advised to perform a costbenefit analysis in accordance with their agency procedures and policies with regard to rollovers.

    5. Monthly Payments (continued)

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V22

  • 8/13/2019 Can on Contract

    25/128

    8. Risk Of Loss Or DamageThe Government is relieved from all risk of loss or damage to the equipment during periods of transportation, installation, and duringthe entire time the equipment is in possession of the Government, except when loss or damage is due to the fault or negligence of theGovernment. The Government shall assume risk of loss or damage to the equipment during relocation unless the Contractor shallundertake such relocation.

    9. WarrantyIn accordance with Clause 552.246-73 under this contract, the contractors warranty, as stated in the contractors GSA Authorized

    Price List is applicable to the lease.

    10. Equipment Performancea. The equipment supplied must be in operational or repairable condition throughout the term of the lease.

    (1) Operational condition means the equipment is producing clear and clean copies, all mechanical accessories are operatingas intended and in all respects the equipment is performing up to the standards in the manufacturers specifications.(2) Repairable condition means that the equipment can be repaired by a qualified technician within the terms of themaintenance agreement. Additionally, all required replacement parts are available and the equipment down time does notexceed that specified in the maintenance agreement.

    b. After a thirty (30) day notice and cure period, if the equipment continues to fail to be operational or repairable as defined above,the Ordering Agency may take those remedies available to it under either the contractor warranty provisions or default clause setforth in FAR 52.212-4(m). Such recourse will not be the basis for increasing the monthly payment or extending the term of the lease.

    c. Maintenance and Support:Preventive Maintenance: The contractor shall provide preventive maintenance at least equal to the commercial practice. Intervalsbetween scheduled maintenance services shall be no greater than those provided to commercial customers for the same model ofcopier.

    Response to Service Calls: At minimum, during normal working hours (as specified by the using activity), Monday through Friday(excluding holidays observed by the Government), the contractor shall respond to verbal or written requests for service calls. Thecontractor shall repair the copier within either nine (9) working hours or sixteen (16) working hours (as specified by the User Activity)after the verbal or written request for the service call. However, for copiers identified as critical, the contractor shall respond to verbalrequests for service calls and shall repair the copier within four (4) working hours. Copiers designated critical will be identified by theordering activity in the order and shall not exceed 5% of the total number of copiers on the order. The contractors response time ona service call starts, when authorized personnel of an ordering activity place a verbal request to the contractor for a service call or awritten request is received by the contractor requesting a service call, whichever is earlier.

    Contractors are required to submit a contingency plan to maintain full and proper operation of copiers and to avoid extended delaysfor repair or replacement of copiers.

    Repair and Maintenance Service: Offerors shall submit and include in their pricelists, a list of Names, addresses, and phonenumber(s) of authorized representatives, responsible to the contractor, who may be contacted by ordering activities for repairand maintenance of equipment. Only those authorized representatives listed may render maintenance service, unless the list issubsequently modified by mutual agreement between the contractor and the Contracting Officer, to add or terminate authorizedrepresentatives.

    11. TitleDuring the Lease Term, the equipment shall always remain the property of the contractor. The Government shall have no right orinterest in the equipment except as provided in this leasing agreement and shall hold the equipment subject and subordinate to therights of the contractor.

    12. State and Local Taxes (52-229-1):Notwithstanding the terms of the Federal, State, and Local Taxes Clause the contract price excludes all State and Local taxes leviedon or measured by the contract or sales price of the services or completed supplies furnished under this contract. The contractorshall state separately on its invoices taxes excluded from the contract price, and the Government agrees either to pay the amount ofthe taxes (based on the current value of the equipment) to the contractor or provide evidence necessary to sustain an exemption.See FAR clauses 52.229-1 State and Local Taxes; 52.229-3 Federal, State, and Local Taxes, which are incorporated by, reference.

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V23

  • 8/13/2019 Can on Contract

    26/128

    13. Early Termination ChargesEquipment leased under this agreement may be terminated at any time during a Government fiscal year by the Ordering AgencysContracting Office responsible for the delivery order in accordance with FAR 52.212-4, paragraph (l) Termination for the GovernmentsConvenience.The Termination Ceiling is a limit on the amount that a contractor may claim from the Ordering Agency on the termination forconvenience of a lease or failure to renew a lease prior to the end of the lease term for reasons other than those set forth in section14, Termination for non-appropriation. Termination ceiling charges will apply for each year of the lease term (See FAR 17.1). TheOrdering Agency and contractor shall establish a termination ceiling amount. The Contracting Officer shall insert the agreed uponamount of thefirst year in the order and modify it for successive years upon availability of funds.

    No claim will be accepted for future costs: supplies, maintenance, usage charges or interest expense beyond the date of cancellation.In accordance with the bonafide needs rule, all termination charges must reasonably represent the value the Ordering Agencyreceived for the work performed at cancellation based upon the shorter lease term. No cancellation cost will be associated with theexpiration of the lease term.

    Formula 1: FOR Lease To Own (LTOP) SIN 51-58

    Termination Fee = pmt(i,n,P) *n - sum of PMT - FMV

    P = Schedule Price of equipment at time of order, inclusive of Ordering Agency negotiated price reductions should be considered.PMT = Actual Monthly Payment paid on order to termination

    i = Monthly Interest Rate applicable to the ordern = number of months from order to terminationpmt = Monthly payment corrected to actual lease termFMV = Fair Market Value of equipment if returned at termination. Unit price adjustments, residual or FMV values used to calculateoperating leases, should not be considered

    Formula 2: For Operating leases SIN 51 58aTermination Fee = PV (i, n,-PMT)

    PV= Present Valuei = Interest rate per month, equal to the interest rate applicable to the calculation of the payment on the delivery ordern= Number of months remaining from termination date to the end of the lease termPMT = Current monthly payment amount of the original payments through end of the lease

    14. Termination For Non-AppropriationThe Ordering Agency reasonably believes that the bona fide need will exist for the entire lease term and corresponding funds in anamount sufficient to make all payment for the lease term will be available to the Ordering Agency. Therefore, it is unlikely that leasesentered into under the SINs 51 58/Lease to Own (Copiers), 51 58a/Operating Lease (Copier), and 51 58b/all other equipment will beterminated prior to the full lease term. Nevertheless, the Ordering Agencys Contracting Officer may terminate or not renew leasesat the end of any initial base period or renewal period under this paragraph if (a) it no longer has a bona fide need the equipmentor functionally similar equipment; or (b) there is a continuing need, but adequate funds have not been appropriated to the orderingagency in an amount sufficient to continue to make the lease payments. If this occurs, the Ordering Agency will promptly notifythe contractor and the equipment lease will be cancelled at the end of the last fiscal year for which funds were appropriated. Thedetermination of the availability of funds is made solely by the Government.

    15. Lease ExpirationsExtension of the present lease term is not permitted. Future copier requirements shall be procured in accordance with FAR 8.4, FSSOrdering Procedures.

    16. Lease Expirations SIN 51 58/Lease To OwnTitle to equipment installed under SIN 51 58 automatically transfers to the Government upon conclusion of the Lease Term

    Agreement.

    Published 9/2009 Canon U.S.A., Inc., Contract No. GS-00F-0002V24

  • 8/13/2019 Can on Contract

    27/128

    17. Lease Expirations SIN 51-58A/Operating LeaseExtension of the present lease term is not permitted. Future copier requirements shall be procured in accordance with FAR 8.4covering Ordering Procedures.

    Unless notified by the Ordering Agency that the Government intends to exercise its option to purchase the equipment, the equipment,upon the expiration of the lease term, will be removed by the contractor at the earliest practicable time. The Ordering Agency isresponsible for removal charges. Unless specified under the schedule contract, removal charges will be administered outside thescope of the contract.

    The equipment shall be in the same condition as when delivered, with the exception of ordinary wear and tear. The contractor shallconduct a timely inspection of the returned products and within thirty (30) days of the return, assert a claim if the condition of theequipment exceeds normal wear and tear.

    In the event the Ordering Agency desires, at any time, to acquire title to equipment leased hereunder, the price will be mutuallyagreed upon by the parties.

    18. Return Of EquipmentThe Government will provide written instructions for the removal of the equipment. The Orderi