Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

J -- Maintenance of Radioactive Analysis Hardware/Software

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-03-T-A692
 
Archive Date
4/23/2003
 
Point of Contact
Francine Matsuura, Contract Specialist, Phone 808-473-7564, Fax 808-473-5750, - Bernadette del Rosario-Simmons, Contract Specialist, Phone 808-474-9186, Fax 808-474-5223,
 
E-Mail Address
francine_k_matsuura@pearl.fisc.navy.mil, bernadette_del_rosario_simmons@pearl.fisc.navy.mil
 
Description
The Regional Contracting Department Pearl Harbor Hawaii intends to negotiate sole source contract with Canberra Industries using FAR Part 13.5. Solicitation number N00604-03-T-A692. This is a combined synopsis/solicitation for commercial supplies 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 REQUIRED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The provisions and clauses in the solicitation are those in effect through FAC 01-09. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor intends on negotiating a firmed fixed price contract for the following Government owned equipment. CLIN 0001: Maintenance of Radioactive Analysis Hardware/Software for FY03 (4/01/03 to 9/30/03). Canberra to provide all parts, labor and travel expenses necessary to maintain equipment in good operating condition as it was when agreement went into effect. Spare or replacement parts are provided on an exchange basis. Canberra will schedule two preventive maintenance visits for equipment covered by maintenance contract and will also provide emergency services under this contract. Period of performance: 1 April 2003 through 30 September 2003. Hours: Monday through Friday, On-site Customized Assistance (2 per year), Unlimited Telephone Support, Unlimited Replacement Parts, Unlimited Emergency Visits, 3rd Business Day On-site Response Time. CLIN 0001AA: Qty: 6 mo. Hardware Support, 1 each of the following: Series S-35+ System 95-0922; Series S-35+ System 95-0923; Genie Workstation System 96-4370; Accspec (Gamma Drum Spectroscopy System 96-7307); Alpha 200 (Genie-ESP System 96-7373); Series 90 NIM System 95-0327; Inspector DSP System 97-2565; Gamma Analyst System 97-3166; Detectors (2 each). CLIN 0001AB: Qty 6 mo. Software Support, 1 each of the following: Alpha 200 (Gene-ESP System 96-7373); Inspector DSP System 97-2565; Gamma Analyst System 97-3166. CLIN 1001: Maintenance of Radioactive Analysis Hardware/Software for FY04 (10/1/03 to 09/30/04). Canberra to provide all parts, labor and travel expenses necessary to maintain equipment in good operating condition as it was when agreement went into effect. Spare or replacement parts are provided on an exchange basis. Canberra will schedule two preventive maintenance visits for equipment covered by maintenance contract and will also provide emergency services under this contract. Period of performance: 1 October 2003 through 30 September 2004. Hours: Monday through Friday, On-site Customized Assistance (2 per year), Unlimited Telephone Support, Unlimited Replacement Parts, Unlimited Emergency Visits, 3rd Business Day On-site Response. CLIN 1001AA: Qty: 12 mo. Hardware Support, 1 each of the following: Series S-35+ System 95-0922; Series S-35+ System 95-0923; Genie Workstation System 96-4370; Accspec (Gamma Drum Spectroscopy System 96-7307); Alpha 200 (Genie-ESP System 96-7373); Series 90 NIM System 95-0327; Inspector DSP System 97-2565; Gamma Analyst System 97-3166; Detectors (2 each). CLIN 1001AB: Qty 12 mo. Software Support, 1 each of the following: Alpha 200 (Gene-ESP System 96-7373); Inspector DSP System 97-2565; Gamma Analyst System 97-3166. CLIN 2001: Maintenance of Radioactive Analysis Hardware/Software for FY05 (10/1/04 to 09/30/05). Canberra to provide all parts, labor and travel expenses necessary to maintain equipment in good operating condition as it was when agreement went into effect. Spare or replacement parts are provided on an exchange basis. Canberra will schedule two preventive maintenance visits for equipment covered by maintenance contract and will also provide emergency services under this contract. Period of performance: 1 October 2004 through 30 September 2005. Hours: Monday through Friday, On-site Customized Assistance (2 per year), Unlimited Telephone Support, Unlimited Replacement Parts, Unlimited Emergency Visits, 3rd Business Day On-site Response. CLIN 2001AA: Qty: 12 mo. Hardware Support, 1 each of the following: Series S-35+ System 95-0922; Series S-35+ System 95-0923; Genie Workstation System 96-4370; Accspec (Gamma Drum Spectroscopy System 96-7307); Alpha 200 (Genie-ESP System 96-7373); Series 90 NIM System 95-0327; Inspector DSP System 97-2565; Gamma Analyst System 97-3166; Detectors (2 each). CLIN 2001AB: Qty 12 mo. Software Support, 1 each of the following: Alpha 200 (Gene-ESP System 96-7373); Inspector DSP System 97-2565; Gamma Analyst System 97-3166. The NAICS code and the small business size standard for this procurement is 811212 and $18.0 mil, respectively. Contractors must be registered in the Central Registration Database (CCR) to be eligible for Department of Defense contract awards. The following clauses are applicable and is incorporated by reference: FAR 52.212-1, Instructions to Offerors?Commercial Items, FAR 52.212-4 Contract Terms and Conditions?Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports, 52.222-26 Equal Opportunity, DFAR 252.204-7004 Required Central Contractor Registration. The quoter shall provide the information required in FAR 52.212-2, Evaluation Commercial Items the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price, FAR 52.212-3 Offeror Representations and Certifications?Commercial Items, FAR 52.232-25, Prompt Payment, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582), G1 Representative of the Contracting Officer, G3 Representative of the Contractor, L001 European Union Restrictions Regarding Nonmanufactured Wood Packaging and Pallets, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items. Under this clause the following are incorporated by reference: FAR 52.219-21- -Segregate Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 ?Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans of the Vietnam Era (38U.S.C. 4212), FAR 52.232-33?Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332), FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). L331 Review of Agency Protests (FISCPH) (APR 2003) (a) The Contracting Activity, Fleet and Industrial Supply Center Pearl Harbor (FISCPH) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority; or, a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center Pearl Harbor at 1942 Gaffney Street, Suite 100, Pearl Harbor HI 96861-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "Contracting Officer" or "Reviewing Official". (d) Offerors should note this review of the Contracting Officer?s decision will not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Proposals must be received no later that 12:00pm, HST 8 April 2003. PROPOSALS SHOULD SUPPLY AN E-MAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://www.gsa.gov/forms/pdf_files/sf1449.pdf. THE COMPLETED REPRESENTATION AND CERTIFICATION CLAUSE FAR 52.212-3 MUST ACCOMPANY YOUR BID. Clauses may be downloaded from the following site http://www.arnet.gov/far/. Proposals should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 202.FM, Attn: Francine Matsuura, 1942 Gaffney St., Suite 100, Pearl Harbor, HI 96860-4549, or e-mailed to : francine_k_matsuura@pearl.fisc.navy.mil. Facsimile proposals will be accepted at (808) 474-5223.
 
Place of Performance
Address: Pearl Harbor Naval Shipyard, Pearl Harbor, HI
Zip Code: 96860
Country: US
 
Record
SN00297577-W 20030409/030407213722 (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.