Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

J -- Commercial Service for Maintenance of Various Embossers, ID Badge Machines, Blasters and Imprinters for Base Year and one Option Year.

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-05-T-0018
 
Response Due
5/30/2005
 
Archive Date
7/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-05-T-0018 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Fed eral Acquisition Circular 2001-27. The requirement is 100 percent set-aside for small business with a NAICS Code of 811212, and size standard of $21.0 million. The description of the service is as follows: Provide Maintenance Service on the following CLINS for a Base Year and one Option Year: CLIN 0001: 1 each, Datacard Embosser Model 210, Serial #1806, Installed 3/92. CLIN 0002: 6 each, Datacard Embossers Model 280, Serial #6853, & #6856, Installed 9/97, #6936, Installed 10/97, #517, #518 & #519, Installed 9/94. CLIN 0003: 2 each, Datacard Embossers Model 310, Serial #4634, Installed 10/89 & #4635 Installed 4/90. CLIN 0004: 3 each, Datacard Embossers Model 295, Serial #13639, & #13640, Installed 3/02 & #13250, Installed 11/01. CLIN 0005: 1 each, Datacard Em bosser Model 400, Serial #1080582 Installed 11/01. CLIN 0006: 2 each, Datacard ID Badge Machines, Serial #934958 Installed 9/99 & #3174461 Installed 6/03. CLIN 0007: 3 each, Datacard Blasters, Serial #8110404, #8110564 & #8109390 Installed 9/97. CLIN 0008: 50 each, Newbold Imprinters: (Unknown quantities installed in each year given, totaling 50) Model 2000, Installed 05/02 thru 08/04; Model 2100, Installed 12/97 thru 09/03; Model 861 Installed 03/91 thru 01/97; Model 5001, Installed 09/79 thru 03/82; Model 5000 Installed 05/79. CLIN 0009: 1 each Contract Manpower Report. See below for Services Contract Manpower Reporting Requirement. CLIN 1001 thru CLIN 1009 are for an Option Year for the same items with the same quantities. Please provide quote for Base Ye ar and Option Year. Any contract entered into resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449. Quotes will be evaluated on a lowest cost, technically acceptable basis. Contractor must be trained an d certified by the manufacturers indicated. Contractor shall self-certify as to training certification. Award will be made on an all or none basis. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addenda to this provision are applicable, in which the term offeror whenever it appears, shall be replaced with the term quoter; paragraphs (g) and (h) are deleted. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Ex ecutive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, and 52.222-42. FAR clauses 5 2.219-6, Notice of Total Small Business Set-Aside is applicable. Wage Determination 94-2567, Revision 27 for Pierce County, Washington is applicable to this acquisition. The complete text of the Federal/Defense Acquisition Circulars are available at the fo llowing internet site: http://farsite.hill.af.mil. Telephonic inquires will not be accepted; please fax or email. Quotes are due on March 30, 2005 at 4:00 PM, Pacific Standard Time. Quotes may be emailed to Barbara.Kinnear@lewis.army.mil or faxed to the Di rectorate of Contracting, Attn: Barbara Kinnear at 253-967-3844, along with the completed Offeror Representations and Certifications, Commercial Items, FAR 52.212-3, providing the business size, e-mail address, Dunn and Bradstreet number, Cage Code, Federal Tax ID number. SERVICES CONTRACT MANPOWER REPORTING REQUIREMENT: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including sub-contractor manpower) required for performance o f this contract. The contractor is required to completely fill in all information in the format using the following address: https://contractormanpower.army.pentagon,mil. The required information includes: (1) Contracting Office, Contracting Officer, Contr acting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor emp loyee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Co de (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United S tates and nearest city, country, when in an overseas location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in t heater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct ZML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site .
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00774147-W 20050325/050323212253 (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.