Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

66 -- MAINTENANCE OF MAX-RAY AND VANTAGE SPECTROMETERS WITH ANCILLARY SYSTEMS

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024404T0762
 
Response Due
7/16/2004
 
Archive Date
8/16/2004
 
Point of Contact
DEBORAH GRAY 6195454378
 
E-Mail Address
Email your questions to e-mail address of the buyer
(deborah.gray@navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This procurement is issued on an unrestricted basis. The Standard Industrial Code is 3861; NAICS 333315. The agency need is a yearly maintenance on a semi-annual preventive maintenance, emergency repairs, and parts replacement of the Max-Ray and Vantage spectrometers and ancillary systems. The requirement is for a firm-fixed price order. The Period of Performance is 10/1/04 through 9/30/05 followed by two one-year options for the follow ing items: CLIN 0001: Maintenance Agreement IAW Statement of Work, Base Year CLIN 0002: Maintenance Agreement IAW Statement of Work, Option Year 1 CLIN 0003: Maintenance Agreement IAW Statement of Work, Option Year 2 PARTIES RESPONDING MUST PROPOSE PRICING FOR ALL ITEMS FOR ALL THREE YEARS. STATEMENT OF WORK: STATEMENT OF WORK ON SITE/ON CALL EMERGENCY REPAIR AND PREVENTIVE MAINTENANCE OF THE MAX-RAY MICROANALYSIS SYSTEM AND ALL RELATED ANCILLARY COMPONENTS. THIS MAINTENANCE AGREEMENT IS TO INCLUDE ALL LABOR, TRAVEL AND PARTS (EXCLUDING CONSUMMABLES) WITH A 72-HOUR RESPONSE TIME, MONDAY THROUGH FRIDAY (EXCLUDING HOLIDAYS) DURING THE HOURS OF 8:00 A.M. TO 5:00 P.M. LOCAL TIME. PERFORMANCE COMPLETION SHALL BE ACHIEVED WITHIN 72 HOURS FOLLOWING ARRIVAL OF THE FIELD TECHNICIAN. THE ONLY EXPECTION TO THIS REQUIREMENT WILL BE FOR EXTENUATING CIRCUMSTANCES W HICH ARE CONSIDERED BEYOND THE IMMEDICATE CONTROL OF MAINTENANCE/SERVICE PERSONNEL AND TO BE REASONABLE OR PRUDENT WITHIN INDUSTRY STANDARDS. THE VENDOR SHALL MAKE ALL REPAIRS TO THE EQUIPMENT NECESSARY AS DETERMINED BY EITHER INSPECTIONAL TESTING OR DISASSEMBLY TO ENSURE A FUNCTIONAL SYSTEM WHICH WILL EFFICIENTLY SERVE ITS INTENDED PURPOSE. CONTRACTOR WILL PERFORM A MINIMUM OF ONE (1) PREVENTIVE MAINTENANCE INSPECTION ON EACH MACHINE PER YEAR AND UNLIMITED EMERGENCY REPAIRS. THE LOCATION POINT OF CONTACT WILL SCHEDULE PREVENTIVE MAINTENANCE INSPECTIONS WITH THE CONTRACTOR FOR THEIR RESPECTIVE MACHINES. UPON OFFICIAL NOTIFICATION OF AN AWARD, THE CONTRACTOR SHALL FURNISH TO THE GOVERNMENT A REPORT WITH THE DATE AND TIME OF NOTIFICATION AND A DESCRIPTION OF QUIPMENT MALFUNCTION, GENERAL DESCRIPTION OF PARTS REPLACED, AND COMMENTS AS TO THE CAUSE OF MALFUNCTIONS. CONTR ACTOR IS REQUESTED TO SUBMIT A FIRM, FIXED PRICE RESPONSE TO THIS SOLICITATION WITH A YEARLY TOTAL AND BREAKDOWN INTO EITHER QUARTERLY OR SEMI- ANNUALLY BILLING AMOUNTS. THE GOVERNMENT ANTICIPATES ISSUING A CONTRACT WITH A BASE YEAR AND TWO SUBSEQUENT OPTION PERIODS. THE PERIOD OF PERFORMANCE WILL BE AS FOLLOWS. 10/1/04 ? 9/30/05 BASE YEAR 10/1/05 ? 9/30/06 OPTION YEAR 1 10/1/06 ? 9/30/07 OPTION YEAR 2 The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications for Commerical Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications ? Commercial Items and addendum clause DFARS clause 252.225-7035, Buy American Act North American Free Trade Agreement Impl ementation Act ? Balance of Payment Program Certificate; FAR clause 52.212-4, Contract Terms and Conditions commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7 Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.217-5, Evaluation of Options; FAR 217-8, Option to Extend Services; 52.217-9, Option to Extend the term of the Contract with para (c) completed as follows: the total duration of this contract, including the exercise of options under this clause, shall not exceed three (3) years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veteran s; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004, Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror or quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.232-34, Payment by Electronic Funds Transfer; 52.247-34, F.O.B. Destination. 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. Provision 52.212-2, Evaluation of Commercial Items applies 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 possess tech manuals and have technical knowledge of the different pieces of equipment. All responsible offerors are to submit current pricing, payment terms, cage code, Dunn & Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s products that meet the specifications. Quotes must be received no later than 3:00 PST, 30 June 03 and will be accepted via FAX at 619-545-2153. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the Internet from the following addresses: http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
FISC San Diego web site
(http://www.sd.fisc.navy.mil)
 
Record
SN00615703-W 20040708/040706212002 (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.