Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

J -- BASE YEAR PLUS 3 OPTION YEARS TO PERFORM ANNUAL PREVENTIVE MAINTENANCE, CALIBRATION, REPAIR AND PARTS REPLACEMENT ON THE COMPARATORS AND BALANCES LOCATED AT NAS NORTH ISLAND, SAN DIEGO, CA 92135

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
92132-0212
 
Solicitation Number
N0024405T0907
 
Response Due
8/16/2005
 
Archive Date
9/15/2005
 
Point of Contact
CONSTANCE L. HAYES (619) 532-1123
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION IS AVAILABLE. The RFQ number is N00244-05-T-0907. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov.far and www.dtic.mil.dfars. The RFQ and incorporated provisions and clauses are those in effect through FAC 2001-14 and class deviation 2002-00003. This solicitation is issued as UNRESTRICTED (100% Small business set-aside). NAICS Code 811212 and business size standard of 500 employees is applicable. The Fleet and Industrial Supply Center-San Diego (FISCSD N00244) is announcing a requirement for the following: STATEMENT OF WORK This statement identifies necessary Services and Materials to provide "On-Site" Preventive Maintenance and Calibration of various comparators and balances, at NAD North Island. The Base-Year's Period-of-Performance (POP) shall be 01 October 2005 through 30 September 2006, and the Government reserves the right to exercise THREE (3 EA) subsequent Option Periods. The Vendor must have full knowledge of the cited equipment, must be able to perform all work in-compliance with the original equipment maufacturer's (OEM) technical specifications, and in accordance with this statement of work. Maintenence shall include all travel, accomodations, labor, equipment and parts. The Vendor shall provide the Government with ONE (1 EA) scheduled "preventive maintenance" visit, and make all repairs to the extent necessary (as determined by either inspectional testing or disassembly) to ensure a functional system that efficiently serves its intended purpose. Services are to be performed Monday through Friday (excluding federal holidays), during the hours of 7:00 AM and 4:00 PM, local time. Performance completion shall be achieved within Seventy-Two (72 EA) Hours following the arrival of the field technician. The only exceptions to this requirement will be for extenuating circumstances, which are considered beyond the immediate control of "maintenance / service" personnel, and to be reasonable or prudent within industry standards. The Vendor will calibrate each item to standards that are traceable to the National Institute of Science and Technology (NIST), and provide individual certificates of calibration, to the Government's indicated COTR. Additionally, a legible record of "as-received" and "after calibration" readings shall be provided to the equipment operator. The vendor shall provide all test equipment, including: tools, diagnostic and alignment devices, meters, hardware, software, etc., needed to perform the work. The Contracting Officer's Technicial Representative (COTR) and the Vendor will establish the dates related to performance of maintenance requirements. For clarification, the COTR is: Tom S. Wallis, Naval Air Depot, Code 6.3.1, Bldg. 90-2, NAS North Island, San Diego, CA 92135-7058, (619) 545-1369, e-mail: thomas.wallis@navy.mil. This is the only Government representative, in addition to the buyer, authorized to place service calls, to your company. Following each site-visit, the Vendor shall provide the Government with a detailed "Maintenance/Service Report". The report shall include, but is not limited to, Date & Time notified, Date & Time arrived, Name of technician, Type / Model / Serial Number of equipment serviced, Time spent on repair, a Description of the malfunction, Comments as to the cause of the malfunction, a General Description of any parts replaced, Date & Time "system/equipment" are returned to operational condition, and the Time to Acquire replacement parts (if applicable). The cited report is to be sent via FED-EX or E-Mail to the Government's COTR. In the event the Vendor is confronted with uncertainty related to performance, or has knowledge of a necessity that has not been previously identified within the limitations of this con- tractual agreement, they are instructed to immediately notify the Contracting Officer's Technical Representative (COTR). Should circumstances arise which are characterized by the unavailablity of the COTR, and modification of this order may either be indicated or implied, the Vendor shall not undertake any additional actions without the receipt of written approval, from the Contracting Officer. There shall be no additional maintenance charges, other than those specified herein, regardless of when the maintenance is performed, the time spent by maintenance personnel after arrival at the site (or lodging while awaiting the arrival of additional maintenance personnel, equipment, or delivery of parts), or for transportation to, or from, other sites. Overtime work, or work performed outside of normal business, are not included in this order. The Vendor is cautioned not to exceed the amount specified herein, without prior approval from the purchasing agent. Failure to comply with this requirement will result in rejection of the invoice, or reduction of the invoiced amount to the allowed amount. The Vendor will insure that all personnel involved in the scope of this work order are aware of the monetary limitations. This work order will be served by quarterly billing in arrears. The Vendor shall submit all invoices for payment using a standard commercial invoice or Form DD250. All requests for payment will contain a thorough itemization by "Contract Line Item Number" (CLIN) specifying type, quantity, unit, unit cost and total cost related to service. All requests for financial compensation will be in accordance with the previously identified provisions, and shall be submitted within THIRTY (30 EA) Days following the end of each quarterly period. By accepting this purchase order, the Vendor agrees to release the Government from any claims on the unused portion of this agreement. Additionally, support plans may be terminated upon Thirty-Days (30 EA) prior written notice, by either party. Upon award, the Contractor shall submit to the Naval Air Depot, Security Department, Code 09.2, a letter requesting site clearance for all maintenance personnel. The letter shall include the name(s), date(s) of birth, place(s) of birth, vehicle license number(s), contract number, and contract commence- ment and end date. The letter shall be required within Five (5 EA) Days following receipt of this order, by the Contractor. Additionally, the Contractor shall send a copy of the clearance request to the Government's COTR: Tom S. Wallis, NAD North Island, Code 6.3.1, Bldg. 90-2, NAS North Island, San Diego, CA 92135-7058. SERVICE LOCATION: Naval Air Depot (NAVAIRDEP; NAS NORTH ISLAND Bldgs. 469-S STANDARDS LABORATORY AND 469-N MATERIALS LABORATORY San Diego, CA 92135. IMPORTANT NOTICE: DFARS 252.204-7004 “Central Contractor Registration” (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil FAR 52.213-4, Instructions to Offerors OTHER THAN Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, OfferorRepresentations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items (List the clauses that apply; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (list the clauses the apply). Quoters shall include and are reminded to include a completed copy of 52.212-3 ALT I with quotes. 252.212-7000,Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including all clauses and provisions that may be applicable. End of Clauses/Provisions. Quotation information may be submitted electronically via e-mail or by fax. Submit quotations to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Constance Hayes, Contract Specialist, Code 240. Phone Number (619) 532-1123 Fax Number (619) 532-1088 E-mail: constance.hayes@navy.mil Reference solicitation number: N00244-05-R-0049 on all documents and requests for information. Quotes must be received no later than COB JUNE 7, 2005 4:00 p.m. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery; determination of responsibility; technically acceptable low bid and past performance. Addenda to FAR 52.212-1 is DFAR 252.204-7004 entitled "Required Central Contractor Registration (CCR). Quoters must be registered in the CCR Database to be considered for award. Registration is free and can be completed on-line at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html All quotes shall include price(s), FOB Point, a point of contact, name and phone number, GSA contract number if applicable, business ! size, Cage code, and payment terms. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery; availability of product or period of performance for service; Company Cage Code, Dun and Bradstreet Number, and Taxpayer ID Number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes submitted as an attachment to an e-mail must be sent in Word Version 6.0 or higher. ! QUOTES MUST BE RECEIVED NO LATER THAN 16 AUGUST 2005 BY 12:00 NOON. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
click here to link to the FISC-SD website.
(http://www.eps.gov/spg/DON/NAVSUP/200/N0024405T0907/listing.html)
 
Record
SN00871026-F 20050817/050815212837 (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.