Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
SOLICITATION NOTICE

J -- Maintenance repair for Two Dynamometer, Serial #107355-03v0139 and 103756-03v0135 SOLICITATION #N6338703RC00359

Notice Date
5/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6338703RC059
 
Response Due
5/9/2003
 
Archive Date
6/8/2003
 
Point of Contact
Evangeline Rodriguez 619-532-2684 Evangeline Rodriguez, 619-532-2684
 
Description
DESC: IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitation issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http;//ccr.edi.disa.mil for information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combine synopsis and solicitation for Maintenance service. Navy Public Works Center is requesting Base Year and four Options Year Contract. 1. Service Contract for Dynamometer, Bar97/Dynamometer SPX Corp model CA 97AMS3, serial number 107355/03v0139. Equipment is located in Bldg. 3509 NAVSTA San Diego, CA. Maintenance performance will be Semi-Annually Service to start to start on 27 May 03. 2. Service contr act for Dynamometer, Bar 97 Dynamometer SPS Corp model number CA 97ASM3, serial number 103756/03v0135. Equipment is located in Bldg. 802 NASNI, CA. Maintenance performance will be Semi-annually Service to start 27 May 03. Services to include all labor, and parts to maintain and/or repair equipment in Accordance with Factory Specifications. Contractor will perform Preventive Maintenance in conjunction with service calls. Customer is entitled to unlimited emergency repair. Contractor will respond within 24 Hours of notification of equipment failure. A Solicitation Number N6338703RC00359. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. The standard industrial code is 3423, NAICS Code 332212. The provisions of FAR 52.212-1, Instructions to Offer-commercial I tems applies. Offerors are required to complete and include a copy of the following provisions with their proposals; FAR 52.212-3, Offeror Representation and Certification-Commercial Item, and FAR 52.222-48, exemption from application of Service Contract Act Provisions for Contracts for maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or office and Business Equipment-Contractor Certification. Clause 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5 material Requirement; 52.232-18, availability of funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies with the following applicable clauses for paragraph (b); FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Actio n for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001, Buy American Act and Balance of payment Program, the government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provisions 52.212-2, Evaluation-commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price to be determined technically acceptable, the offeror must provide references from at least three (3) current, major accounts where the contractor provides the same or similar services on the equipment outlined herein, and/or evidence of OEM certification as an authorized, factory-trained facility. All information requested in this announcement and in the instructions at FAR 52.212-1 must be included. Also be sure to include your company's Cage Code, and DUNS, and TIN numbers and mailing remittances addresses. The RFQ will be available for download at the following Internet address: http://www.neco.navy.mil. All correspondence will be conducted via email at the following address: evangeline_f_rodriguez@sd.fisc.navy.mil. Quotes must be received no later 09 May 2003. Quotes must be fax at (619-532-2347 CITE; (W266 SN253562).
 
Record
SN00318988-W 20030508/030506213547 (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.