Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

J -- EMBOSSER MAINTENANCE AND REPAIR SERVICES

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-04-Q-0037
 
Response Due
8/6/2004
 
Archive Date
10/5/2004
 
Point of Contact
Julia Stringer, 907 353 5446
 
E-Mail Address
Email your questions to Western Regional Contracting Office
(julia.stringer@nw.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for the procurement of commercial items prepared in accordance with the format in Subpart 12.6 and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this no tice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation document and incorporated provisions, clauses and addenda are those in effect through FAC 2001-24 dtd 19 Jul 2004 and DFAR Supplement, current to DCN 20040625. (iii) This Request for Quotes (RFQ) number is W91YOU-04-Q-0037 and the place of performance is Bassett Army Medical Center, Logistics Division, Fort Wainwright, Alaska. NOTE: Please note serv ice location is different from Contracting Office annotated above. (iv) This solicitation is 100% set-aside for Small Businesses. (v) The applicable NAICS is 811219 with a size standard of $6,000,000. (vi) All prospective quoters must be actively regis tered in the Central Contractor Registration (CCR). Quoters may register online at https://www.ccr.gov. (vii) This RFQ contains one lump sum unit price for the base period of 15 Aug 2004 through 14 Aug 2005 (CLIN 0001) and one lump sum unit price each f or four (4) annual option periods (CLINS 1001 through 4001). (viii) Performance Work Statement: Services, Non-Personal: The Contractor shall provide all equipment, material, parts, labor, and transportation necessary to perform Full Service Maintenance/ Repair on the government-owned embossers listed below. The Contractor will only respond to a service request from the Help Desk. The service request shall include serial number and location of the embosser, the nature of the malfunction, and the name and phone number of the Point of Contact (POC). When possible, repairs will be attempted by telephonic technical assistance within 24 hours. On-site repair service will be accomplished within 48 hours of the service request. Equipment Relocation: In the e vent that the Government damages the equipment in the process of relocating it, the Government will bear the repair costs at an agreed upon price through the issuance of separate purchase order. The Contractor shall not proceed with any repairs outside th e scope of the contract without a separate purchase order initiated by the Property Management Branch Officer. Performance Measurements: (1) Outcome. The contractor shall provide Bassett Army Community Hospital's Property Management Branch with repair s ervices for embosser equipment as described elsewhere in this document. (2) Standards. Acceptable measures include: Performance of scheduled repair services within the required timeframes, with a successful completion rate of 100%. (3) How measured. He lp Desk personnel will monitor contractor performance by verifying documents to ascertain the worked performed meets contract specification. The following equipment is covered under this agreement: Three (3) Datacard 295 Embossers; Serial #11026 (PAD), S erial #11023 (KAMISH), and Serial #11030 (4A). Payment will be in arrears every six months. (ix) The government intends to award a purchase order to the responsible, responsive quoter whose quote will be the most advantageous to the Government based on p rice, technical capability and past performance. (x) The following FAR and DFAR provisions and clauses apply to this acquisition and are available in full text at http://farsite.hill.af.mil/: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2004); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2004); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders - Commercial Items (June 2004). Specific clauses cited in FAR 52.212-5(b) are applicable to this acquisition: FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition on Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contract or Registration (Oct 2003). Specific clauses cited in FAR 52.212-5(c) are applicable to this acquisition: FAR 52.222-41, Service Contract Act of 1965 (May 1989); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (May 1989). DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004). Specific clauses cited in DFAR 252.212-7001(b) is as follows: DFAR 252.232-7003, Elec tronic Submission of Payment Requests (Jan 2004). (xi) The following addenda are incorporated: FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) with the blanks completed as follows: paragra phs (a) 5 days; 15 days; and (c) five (5) years; FAR 52.232-19, Subject to Availability of Funds for Next Fiscal Year (Apr 1984; and FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, an d/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment - Contractor Certification (Aug 1996). Pursuant to FAR 52.222-41 above, US Department of Labor, Alaska Wage Determination No. 1994-2017, Rev 30, dat ed 27 May 2004 is hereby incorporated in solicitation and is available online at www.wdol.gov. Please contact POC listed below for assistance if necessary. NOTE: If successful quoter completes FAR 52.222-48 certification, then FAR 52.222-41, FAR 52.222- 43, and subject Wage Determination will not apply and will be removed from purchase order upon award. Point of contact for this acquisition is Julia Stringer at (907) 353-5446. Submit quotes by date annotated above via email to julia.stringer@nw.amedd.a rmy.mil or via fax at (907) 353-4842.
 
Place of Performance
Address: Bassett Army Community Hospital Spruce Street, Bldg 4065 Fort Wainwright AK
Zip Code: 99703
Country: US
 
Record
SN00632267-W 20040730/040728212619 (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.