Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2002 FBO #0341
MODIFICATION

66 -- Test and Measurement Equipment, Avionics Equipment, Unmanned Aerial Vehicles and Related Services

Notice Date
11/6/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Supply Service (FSS), Office and Scientific Equipment Center (FCG), Washington, DC, 20406
 
ZIP Code
20406
 
Solicitation Number
FCGS-W8-98-0316-N
 
Point of Contact
Tracy Sentelle, Contracting Officer, Phone (703) 305-6777, Fax (703) 305-5537,
 
E-Mail Address
tracy.sentelle@gsa.gov
 
Description
THE FOLLOWING CHANGES HAVE BEEN MADE UNDER REFRESH #6: - Additional instructions for service proposals has been added. - Clauses that have been updated and/or added: 52.212-3 ? Offeror Representations and Certifications-Commercial Items (JUL 2002) 52.212-4 ? Contract Terms and Conditions-Commercial Items (FEB 2002) 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002) F-FSS-202-G ? Delivery Prices (APR 1984) 52.219-9 ? Small Business Subcontracting Plan (JAN 2002) 52.222-26 ? Equal Opportunity (APR 2002) 52.222-36 ? Affirmative Action for Special Disabled Veterans and Vietnam Era Veterans (DEC 2001) 52.222-37 ? Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (DEC 2001) 52.225-5 ? Trade Agreements (FEB 2002) 52.232-7 - Payments under Time and Materials and Labor Hour Contracts (FEB 2002 (ALTERNATE II FEB 2002) 52.233-1 ? Disputes (JUL 2002) I-FSS-60 ? Performance Incentives (APR 2000) I-FSS-103 ? Scope of Contract-Worldwide (JUL 2002) I-FSS-598 ? Central Contractor Registration (CCR) (JUL 2002) I-FSS-600 ? Contract Price Lists (JUL 2002) I-FSS-639 ? Contract Sales Criteria (MAR 2002) L-FSS-101 ? Final Proposal Revision (JUN 2002) - The following clauses have been deleted in their entirety: 52.211-16 ? Variation In Quantity (APR 1984) F-FSS-202-F ? Delivery Prices (APR 1984) G-FSS-903 ? E-Mail and Website URL Address(es) (JUL 2000) 552.216-70 ? Economic Price Adjustment-FSS Multiple Award Schedule Contracts (SEP 1999) 552.219-73 ? Goals for Subcontracting Plan (SEP 1999) (ALTERNATE I ? SEP 1999) This notice announces the General Services Administration?s; Federal Supply Service intent to solicit offers under the Standing Solicitation Number FCGS-W8-98-0316-N, Refresh #6, covering Worldwide Multiple Award Federal Supply Schedule 66, Part II, Section J for Test and Measurement Equipment, Avionics Equipment, Unmanned Aerial Vehicles and Related Services. This solicitation covers a wide range of products and services, as they relate to Test and Measurement Equipment and Services, Avionics Equipment and Services, and Unmanned Aerial Vehicles. Product Support Options (PSOs) are services that relate to the Test and Measurement product lines and support the individual products themselves. These services are in addition to the standard commercial offered options. PSOs are covered by the following SINs: 627-2000 ? Equipment Maintenance and Repair; 627-2001 ? Pre-Purchase Calibration or Calibration Traceability Certificate; 627-2002 ? Post-Purchase Calibration or Calibration Certificate; 627-2003 ? Extended Warranty; 627-2004 ? Service Agreement; 627-2005 ? Technical Training and Support (TTS); 627-2006 ? Technical/Application Development Support (TADS). In order to provide product support options under these SINs, the offeror must be an Original Equipment Manufacturer (OEM) or OEM certified and approved. For all product support options, the offeror shall comply with regulatory requirements, guidelines, and/or standards, which govern the particular equipment and are of commercial practice. Offers for Unmanned Aerial Vehicles Services are hereby solicited. The applicable SINs are as follows: 627-4000 ? UAV Operations Support (Government Owned/Leased Equipment); and 627-4001 ? UAV Operations Support (Contractor Furnished Equipment). These solicitation allows for offers for new services and/or products under the Introduction to New Services/Products (INSP) SIN 627-1007; see Clause L-FSS-400. This SIN is intended for the temporary placement of new services and products until the service/item can be formally placed on an existing or newly created SIN on this schedule. This solicitation has been prepared in accordance with FAR Part 12, Acquisition of Commercial Items, which implements Title VIII of the Federal Acquisition Streamlining Act (FASA) of 1994 (Public Law 103-355), the Clinger-Cohen Act of 1996 (Public Law 104-106), and the final rule, published as General Services Administration Acquisition Regulation (GSAM) Change 76, regarding commercial item acquisitions under the Multiple Award Schedule Program. The contract format and data requirements in this solicitation differ from previous solicitations. Offerors are strongly encouraged to carefully review the entire solicitation package before submission to ensure compliance with commercial item provisions. This solicitation is a ?standing? solicitation, which allows vendors to submit offers at anytime; therefore, there is no closing date for the receipt of offers under this solicitation. This solicitation will be periodically refreshed to include new and updated provisions and instructions as they relate to the Multiple Award Schedules (MAS) Program. The solicitation can be downloaded from the Internet at http://www.eps.gov. Resultant contracts will be Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-Fixed priced, with an Economic Price Adjustment (EPA). The new provision entitled, ?GSA Advantage!?, has now been incorporated into this solicitation. This new provision requires all schedule contractors to submit their electronic files to GSA Advantage! by July 1, 2001, or 6 months after contract award, whichever is later. A new term called ?Evergreen Contracting? option periods has been added to this Solicitation. The Evergreen clause provides new policies and procedures to expand the multiyear contracts for all MAS Federal Supply Schedules to a one 5-year basic contract period, with three separate 5-year option periods. The Government Contracting Officer may exercise the option to extend the contract for an additional five (5) year period, by providing a written notice to the contractor at least 150 days prior to the expiration date of the contract period. When the Government exercises its option to extend the term of this contract, option prices must be determined fair and reasonable at the time the option is exercised. The Contracting Officer will obtain a contractor statement that the basis of award customer/Most Favorite Customer (MFC) has remained the same and that pricing information provided to negotiate the contract, as well as any other pertinent information in order for the Government to determine that at the current prices are fair and reasonable. All vendors and current contractors should be aware that the Evergreen Contracting option period extension can not be exercised if your electronic catalog has not been approved and posted on GSA Advantage!. Contractors are now required to accept the Government purchase card for payments equal to or less than the micro-purchase threshold for oral and written delivery orders and you are encouraged to accept the Government purchase card for payment for orders above the threshold. See GSAM Clause 552.232-77 entitled, ?Payment By Government Commercial Purchase Card?. This solicitation contains the clause ?Contractor?s Report of Sales? (552.238-74), which requires the submission of sales on electronic GSA Form 72A via the Internet and the ?Industrial Funding Fee (IFF)? (552.238-76), which requires a 1% fee due every quarter, for sales under any resultant contract. The IFF must be included in the offered prices to GSA under this solicitation. There is a contract sales criterion for all MAS contracts. Clause I-FSS-639 entitled, ?Contract Sales Criteria?, states that a contract will not be awarded if the anticipated sales are not expected to exceed $25,000. Resultant contracts will be canceled unless reported sales for each 12-month period from the date of award are not $25,000 or above. This schedule period will be continuance, and will contain contracts with contract periods that commence on the date of award (DOA) and expire five (5) years (exclusion of any options) from the DOA.
 
Record
SN00200995-W 20021108/021106213600 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.