Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
SOLICITATION NOTICE

70 -- Maintenance of Scanning Systems

Notice Date
8/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
DTICZ02179014
 
Response Due
9/3/2002
 
Point of Contact
Crystal Clark, Contract Specialist, Phone (703)767-1191, Fax (703)767-1183, - Crystal Clark, Contract Specialist, Phone (703)767-1191, Fax (703)767-1183,
 
E-Mail Address
crystal_clark@hq.dla.mil, crystal_clark@hq.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is DTICZ02179014. This solicitation is being used for quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-03. This solicitation is small business setaside. The NAICs code is 811212. The Defense Logistics Agency (DLA) has a requirement for the following: SCOPE OF WORK: The Contractor shall provide labor and parts for remedial maintenance/repair and monthly preventive maintenance on three (3) TDC/BANCTEC Scanning Systems, Model DS-4530, including three (3) TDC/BANCTEC Preview Monitors, Model DV-60 200dpi, and three (3) TDC/BANCTEC Document Inverters located at 8725 John J. Kingman Rd., Room 0726, Fort Belvoir, VA 22060-6218. Point of contact is Ms. Jacqueline Jones, (703) 767-9001. BACKGROUND: The Defense Technical Information Center (DTIC) develops and operates programs to provide Department of Defense (DoD) Scientific and Technical Information (STI) products and services to the DoD user community. These programs make available, from computer and microform depositories, thousands of research and development reports produced each year by DoD and their contractors. The DTIC micrographic operation processes all research and development reports accessed by the Center and stores them on microform for subsequent reproduction/retrieval on microform or hardcopy. Over one million technical reports are stored on microform. DEFINITIONS: Preventive Maintenance - Maintenance performed by the Contractor on a scheduled basis designed to keep the equipment in good operating condition. Remedial Maintenance - Maintenance performed by the Contractor between 0800 and 1700 hours, Monday through Friday, excluding Federal holidays. SPECIFIC TASKS: The Contractor shall provide maintenance (parts and labor) at the prices shown in the contract and keep the equipment in good operating condition. MAINTENANCE REQUIREMENTS: The Contractor shall provide the Government with a designated point(s) of contact and make arrangements to enable its maintenance representative to receive such notification or provide an answering service or other continuous telephone coverage to permit the Government to make such contact, whichever method: answering service, recorded message service, 1-800 telephone number, etc., is provided. The Government shall not be required to make chargeable long distance telephone calls to obtain service. Further, the inoperative time shall start once the Government makes the initial contact with the Contractor's designated point(s) of contact. Maintenance service shall not include electrical work external to the equipment. It shall not include repair of damage resulting from neglect, failure of electrical power or causes other than ordinary use. Government personnel shall not perform maintenance or attempt repairs to equipment while such equipment is under the preview of this contract unless agreed to by the Contractor. The Government shall provide storage space, including heat, light, ventilation, electrical outlets and telephone (for local calls only) for the use of maintenance personnel. These facilities shall be within a reasonable distance of the equipment to be serviced and shall be provided at no charge to the Contractor. REMEDIAL MAINTENANCE REQUIREMENTS: Remedial maintenance shall be performed after notification that equipment is in need of repair. The Contractor shall provide the Government with the designated point(s) of contact and make arrangements to enable its maintenance representative to receive such notification Monday through Friday, between the hours of 0800 and 1700. The Government shall not be required to make chargeable telephone calls for required maintenance. REQUIRED RESPONSE/REPAIR TIME: Contractor maintenance personnel shall respond on-site within normal response time (next business day) after notification that equipment is in need of repair. MALFUNCTION REPORTS: The Contractor shall furnish a signed malfunction incident report to the COTR upon completion of each maintenance call. The report shall include, as a minimum, the following: a. Date and time notified. b. Date and time of arrival. c. Type and model number of machine. d. Time spent for repair. e. Description of malfunction. f. List of parts replaced. g. Reason for response delay (if any). h. Reason for repair (if any). REPAIR/REPLACEMENT PARTS: Parts Availability: Replacement parts shall include all parts other than normal operational type supplies (paper, ribbons, magnetic tapes, etc.). The Contractor must have a parts depot capable of providing spare parts necessary to support each product type. The parts depot must be accessible Monday through Friday, between the hours of 0800 and 1700. There must be a parts depot within a reasonable distance of the Defense Technical Information Center with equipment being maintained through this contract. ("Reasonable distance," for the purpose of this solicitation, is defined as that distance where any required parts are available to allow Contractor Maintenance Engineers to meet the required repair or replace time.) The Contractor must have an on-line parts inventory for spares tracking which is available to Contractor maintenance personnel 24 hours a day, 7 days a week. The Contractor shall use only new or used, remanufactured and warranted as new standard parts in effecting repairs. All parts other than new shall be identified as such and certified by the Contractor. All parts must be at current OEM engineering change level. Replacement parts will become the property of the Government after installation; parts that have been replaced shall become the property of the Contractor. Parts swapping between operable and inoperable systems' components shall not be used as a procedure for fault isolation. NON-CHARGEABLE MAINTENANCE: There shall be no additional charges for: a. Replacement parts unless such parts are specified in schedule as requiring fabrication or unless such parts are required due to the fault or negligence of the Government. b. Time spent by maintenance personnel after arrival at the site awaiting the arrival of additional maintenance personnel and/or delivery of parts, etc., after a service call has commenced. c. Remedial maintenance required on any machine, when the scheduled preventive maintenance for that machine, preceding the malfunction, had not been performed unless preventive maintenance was omitted at the Government's request or the Contractor was denied access to the equipment. d. Remedial maintenance within a 48 hour period due to a call recurrence of a malfunction incurred which caused the original call. e. Travel time to and from the site of the equipment. PERSONNEL: The Contractor shall furnish a list of personnel authorized to perform the service and their credentials. ACCESS TO FACILITIES: The Contractor's personnel shall be escorted by a Government employee at all times. Facility access badges will be issued by DASC security officials. SAFETY: The Contractor will be working in a production area. Tools and equipment shall be kept clear of the employee's working area. WARRANTY/GUARANTEE: The Contractor shall issue a warranty and/or guarantee on all parts being installed. The following provision/clauses are incorporated by reference: 52.212-1, 52.212-4. The following provision/clauses are provided in FULL TEXT: 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (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: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 252.204-7004 -- Required Central Contractor Registration (Nov 2001) (a) Definitions. As used in this clause -- (1) DOD Central Contractor Registration (CCR) database means the primary DoD repository for contractor information required for the conduct of business with DoD. (2) Data Universal Number System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database means that all mandatory information, including the DUNS number or the DUNS+4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DoD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The Contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.dlis.dla.mil. (End of Clause) 52.52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dec 2001) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O.11755). (2) 52.233-3, Protest after Award (31 U.S.C.3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4) ____(i) ____(ii) ____(iii) 52.219-5, Very Small Business Set-Aside (Pub.L.103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). Alternate I to 52.219-5. Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C.637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C.637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub.L.103-355, section 7102, and 10 U.S.C.2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) ____Alternate I of 52.219-23. ____(9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub.L.103-355, section 7102, and 10 U.S.C.2323). ____(10) 52.219-26, Small Disadvantaged Business Participation Program -- Incentive Subcontracting (Pub.L.103-355, section 7102, and 10 U.S.C.2323). ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (12) 52.222-26, Equal Opportunity (E.O.11246). ___ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C.4212). _X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793). ___ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C.4212). ____ (16) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126). ___ (17) ___ (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C.6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C.6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act Balance of Payments Program Supplies (41 U.S.C.10a-10d). ___ (19) ____(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C.10a-10d, 19 U.S.C.3301 note, 19 U.S.C.2112 note). ____(ii) Alternate I of 52.225-3. ____(iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Agreements (19 U.S.C.2501, et seq., 19 U.S.C.3301 note). ___ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129). ___ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O.12849). _X_ (24) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C.3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C.3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C.3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C.552a). ___ (28) ___ (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C.1241). ___ (ii) Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C.351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C.351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O.11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C.4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); (4) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C.1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C.351, et seq.). (End of Clause) Proposals shall be submitted to Crystal Clark, DSS-OCPA, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6221 by 1200 3 Sep 02. Fax (703) 767-1183. Or email: crystal_clark@hq.dla.mil
 
Place of Performance
Address: 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, VA
Zip Code: 22060-6220
Country: U.S.A.
 
Record
SN00146398-W 20020823/020821213031 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.