Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
SOLICITATION NOTICE

49 -- Maintenance of Knonos Time Keeping System

Notice Date
1/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-04-T-0045
 
Response Due
1/12/2004
 
Archive Date
1/27/2004
 
Point of Contact
Keith Haskett, Contract Specialist, Phone 757-953-7571, Fax 757-953-5739, - Lisa Price, Contracting Officer, Phone 757-953-5737, Fax 757-953-5738,
 
E-Mail Address
khaskett@mar.med.navy.mil, ljprice@mar.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CLAUSES INCORPORATED BY FULL TEXT Fill in Blanks: TIN: __________________ CAGE: __________________ DUNS: __________________ Vendor Point of Contact: ____________________________ Phone#:_______________ Vendor email: ________________________ Naval Medical Center POC: Naval Dental Center / DT 2 Jackson: (757) 314-6621 Payment Monthly in Arrears NAPS 5232.903 PROMPT PAYMENT For Prompt Payment Act Purposes, this contract is: Subject to the 7-calendar day constructive acceptance period. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 6 Each 8601823-002 Kronos Touch ID FVDFFPUpgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Each 8602001-001 Kronos Touch IS enrollmentFFPkit. Upgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Each 8800027-005 Kronos workforceFFP employee V4, 250 Upgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each 8601671-004 Kronos WF connectFFP Prim 250 EMP Upgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Each 8800015-005 Kronos workforceFFP TK V4, 250 Upgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Each 8800015-003 Kronos workforceFFP MGR, 10 Upgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Each 8800013-005 Kronos workforceFFP Accruals V4.1, 250 Upgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 6 Each 8602000-001 Kronos Model 45000FFP Full, numeric Upgrade & Maintenance, Equipment Location: Naval Dental Clinic (Norfolk VA)MILSTRIP: N6275304RQ10019PURCHASE REQUEST NUMBER: N6275304RQ10019 NET AMT FOB: Destination Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT THE MINIMUM REQUIREMENTS OF THIS ORDER ARE AS FOLLOWS: ?h Vendor to provide total maintenance of the Kronos Time Keeping System located at the Naval Dental Center located at 1647 Taussig Blvd. Norfolk, VA. (period of performance: 18 Jan 04 ?V 17 Jan 05) o Vendor to provide upgrades as they become available. As a minimum vendor to supply all up-grades as listed in Section B. o Vendors price to include all parts, labor and transportation including Shipping. o Vendor to ensure that down times of equipment are kept to a minimum. For down times expected to last over 48 hours the Government reserves the right to request ??Loaner Equipment?? at no additional cost. Supplied equipment must have the ability to maintain accurate records (time keeping files) with minimum added effort by Government Personnel. ?h Vendor to provide minimum 90 day warranty on upgrades o Warranty shall be all inclusive against manufactures defects o Vendor to provide no cost telephone support during maintenance and warranty period. Telephone support shall include services for both general system operation questions and questions concerning system faults / failures. ?h Equipment supplied must be certified for use in US adhering to UL requirements as required. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government CLAUSES INCORPORATED BY REFERENCE 252.246-7000 Material Inspection And Receiving Report MAR 2003 Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 18-JAN-2004 TO17-JAN-2005 N/A NAVAL DENTAL CENTERCUSTMER SERVICE1647 TAUSSIG BOULEVARDNORFOLK VA 23511-2896757-314-6620FOB: Destination N62753 0002 POP 18-JAN-2004 TO17-JAN-2005 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N62753 0003 POP 18-JAN-2004 TO17-JAN-2005 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N62753 0004 POP 18-JAN-2004 TO17-JAN-2005 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N62753 0005 POP 18-JAN-2004 TO17-JAN-2005 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N62753 0006 POP 18-JAN-2004 TO17-JAN-2005 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N62753 0007 POP 18-JAN-2004 TO17-JAN-2005 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N62753 0008 POP 18-JAN-2004 TO17-JAN-2005 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N62753 CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 Section G - Contract Administration Data CLAUSES INCORPORATED BY FULL TEXT Mail invoices to: Supply Officer Attn: Receipt Control Material Management Department 54 Lewis Minors Street Portsmouth, VA 23708-2297 Telephone: 757-953-5753 Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.213-3 Notice to Suppliers APR 1984 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.219-3 Notice of Total HUBZone Set-Aide JAN 1999 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-41 Service Contract Act Of 1965, As Amended MAY 1989 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989 52.222-47 Service Contract Act (SCA) Minimum Wages And Fringe Benefits MAY 1989 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain ADP, Scientific and Medical, and/or Office and Business Equipment - Contractor Certification AUG 1996 52.222-49 Service Contract Act -- Place Of Performance Unknown MAY 1989 52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-19 Availability Of Funds For The Next Fiscal Year APR 1984 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.233-3 Protest After Award AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.243-5 Changes and Changed Conditions APR 1984 52.246-1 Contractor Inspection Requirements APR 1984 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Required Central Contractor Registration Alternate A NOV 2003 252.219-7011 Notification to Delay Performance JUN 1998 252.225-7001 Buy American Act And Balance Of Payments Program APR 2003 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings APR 2003 252.232-7003 Electronic Submission of Payment Requests MAR 2003 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.213-2 INVOICES (APR 1984) The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, and (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. (End of clause) 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (OCT 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iv) 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (v) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Oct 2003). (v) 52.233-1, Disputes (Jul 2002). (vi) 52.244-6, Subcontracts for Commercial Items (APR 2003). (vii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Sept 2002) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (DEC 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) (Applies to contracts over $10,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.). (v) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) (Applies to contracts over $25,000). (vi) 52.222-41, Service Contract Act, As Amended (May 1989) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands.). (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) (Applies to services performed on Federal facilities). (viii) 52.225-1, Buy American Act--Supplies (June 2003) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000.) (ix) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (x) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (Oct 2003). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003) (46 U.S.C. Appx 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JULY 1995) (Applies to contracts over $25,000). (ii) 52.211-17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed-price supplies). (iii) 52.247-29, F.o.b. Origin (JUN 1988) (Applies to supplies if delivery is f.o.b. origin). (iv) 52.247-34, F.o.b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights-- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (End of clause) AUTHORIZED CALLERS Only persons authorized by the contracting officer or his designated representative located in/at the Materials Management Department, Naval Hospital, Portsmouth, VA, telephone (757) 953-7548/5751 are to place trouble or repair calls against this maintenance agreement. Calls placed by unauthorized personnel may result in non-payment of services. In each instance that the contractor or his agent reports to Naval Hospital or subordinate command in response to terms of this order, he shall log in and out with the Department Head or his representative in the Department. When inspections and/or repairs have been completed, the contractor or his agent shall obtain the signature of the Department Head or his representative as applicable, on a detailed service ticket and shall leave the customer copy of the service ticket when checking out. A copy of the service ticket shall be submitted with invoice for payment. In case of inquiries, call Materials Management Department, Naval Hospital, Telephone (757) 953-7548/5751. Section K - Representations, Certifications and Other Statements of Offerors CLAUSES INCORPORATED BY REFERENCE 52.204-3 Taxpayer Identification OCT 1998 52.219-1 Small Business Program Representations APR 2002 252.225-7000 Buy American Act--Balance Of Payments Program Certificate APR 2003 Section L - Instructions, Conditions and Notices to Bidders CLAUSES INCORPORATED BY REFERENCE 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.232-28 Invitation to Propose Performance-Based Payments MAR 2000 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far (End of provision
 
Place of Performance
Address: 54 Lewis Minors St, Portsmouth, VA
Zip Code: 23708
Country: USA
 
Record
SN00499265-W 20040108/040106212047 (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.