Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

H -- Maintenance and Certification on various biological safety hoods

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-04-T-0687
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal as being requested and a written solicitation will not be issued. RFQ N00189-04-T-0687 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The NAICS code for this requirement is 811217 and the small business size standard is $6.0 millions. Acquisition Department at FISC Norfolk intends to purchase on a full and open competitive basis the following item, 1001AA , 1 Each, maintenance on Forma Scientific Biological Safety Cabinet, model 1284. Maintenance shall include changing filters, decontamination, test and Certify. 1001AB, 1 Each, Semiannual Test and Certify NuAire Laminar, model NU-201-330, that is located in the pharmacy. 1001AC, 1 Each, Semiannual certification on one biological safety Cabinet in the lab. 1001AD, 1 Each, Semiannual certification of one room particle count in IV Room. 1001AE, 1 EA, Semiannual after hour extended stay charge and 1001AF, 1 US Dollar, Travel Not To Exceed $1,000.00. This requirement is for one base year plus four option years. The quantities are the same for all years. Please quote for Lot II, 2001AA, 2001AB, 2001AC, 2001AD, 2001AE and 2001AF. Please quote for Lot III, 3001AA, 3001AB, 3001AC, 3001AD, 3001AE and 3001AF. Please quote for Lot IV, 4001AA, 4001AB, 4001AC, 4001AD, 4001AE and 4001AF. Please quote for Lot V, 5001AA, 5001AB, 5001AC, 5001AD, 5001AE and 5001AF. The period of performance is as follows: Lot I, 28 Sep 2004 through 27 Sep 2005 Lot II, 28 Sep 2005 through 27 Sep 2006 Lot III, 28 Sep 2006 through 27 Sep 2007 Lot IV, 28 Sep 2007 through 27 Sep 2008 Lot V, 28 Sep 2008 through 27 Sep 2009 The place of performance is US Naval Hospital, Guantanamo Bay, Cuba. Performance Based Service Acquisition- Quality Assurance Surveillance Plan (QASP) Task: The contractor shall provide maintenance and certification on various safety hoods. Maintenance shall include changing filters, decontamination, testing and providing certifications. Standard: The maintenance shall be in accordance with the manufacturer?s standards and the testing and certifications shall be in accordance with OSHA, NFPA, JCAHO and the National Science Foundation. Surveillance: Semi-annual Inspections shall be made by the appropriate hospital inspectors. Incentives: The Government will document a positive Past Performance for all equipment being 100% operational and for all equipment passing inspections. In accordance with FAR 52.212-2, All quotes will be evaluated based on price. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) ALTERNATE I (APR 2002), 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 Executive Orders (JAN 2004) within this clause, the following clauses apply and are incorporated by reference: 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 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), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.bpn.gov/. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested item, with its unit price, extended price, Total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by September 17, 2004, at 16:30, or 4:30 P.M. Offers can be emailed to fannie.richardson@navy.mil or fax to (757) 443-1424.
 
Record
SN00674269-W 20040917/040915212806 (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.