Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

J -- Preventive Maintenance

Notice Date
9/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
 
ZIP Code
08641
 
Solicitation Number
F3A4S95105A600
 
Response Due
9/14/2005
 
Archive Date
9/29/2005
 
Description
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 accouncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is for a base year and four option periods. Notice to interested offerors the government intends to make award on a sole source basis to AGFA CORPORATION. Quotations are being requested not later than 14 Sep 05. This solicitation F3A4S95105A600 is hereby issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The solicitation is issued unrestricted. The associated NAICS code is 333315 with a size standard of 500 employees. The resulting purchase order shall be firm-fixed-price. The contractor will provide all labor, supervision, equipment, transportation, installation and supplies necessary to provide hardware maintenance services to include: replacement parts, labor charges, travel and expenses during Service Maintenance Agreement (SMA) coverage hours. The contractor shall provide preventive maintenance (inclusive of parts-applicable models), 24 hrs/day, 7 days/week. The contractor shall provide technical phone support, 24 hrs/day, 7 days/week, as well as provide dial-in remote access support. The contractor shall provide applicable software enhancements and updates, 30% discounts on new IMPAX/ADC software releases, and reduced after hours labor rate for on-site service. The 305 Medical Group will receive highest priority on-site response time during SMA coverage hours as well as on-site intervention during SMA coverage hours. **New software releases are not included in the SMA** The SMA provides support between 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. The price is based upon the following equipment/model: (5) UPS/APC700, Basix Server w/int. WEB 5 lic./Poweredge 2400 (SMM), CD Archive Unit 468 GB CD-R/DRM-7000, Monitor/M780, Monitor/Ultrascan P780, RIS Gateway/Poweredge 2400 (SMM), UPS for WEB/APC1400, ADC Processing Server/Poweredge 1300, Monitor/M570, ADC Monitor/M781p, ADC PC/Optiplex GX110, ID Unit, Dual Monitors/HB2183L, PC/Optiplex GX1p, Tape Storage Device/599-2107-00, Monitor/HB2183L, PC (PS5000)/Ultra 10, Dual Monitors/HB21200P, PC/Precision 420 (WCP), Digitizer/ADC Computeract, Printer/Drystar 3000, Video Unit/LINX PAXPORT. The following equipment will each have 1 Performance Maintenance (PM) scheduled in the 6th month of each performance period: Basix Server w/int. WEB 5 lic., ADC Processing Server, ADC Monitor & PC, PC (PS5000, Printer/Drystar 3000, Video Unit/LINX PAXPORT. The following equipment will have 2 PM's scheduled for the 4th and 6th month in each performance period: Digitizer/ADC Computeract. The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.203-6, FAR 52.212-4, FAR 52.219-6, FAR 52.219-8, FAR 52.219-14, FAR 52.219-25, FAR 52.222-3, FAR 52.222-19, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, DFARS 252.225-7000, DFARS 252.225-7001, DFARS 252.225-7002 and DFARS 252.232-7003. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jan 2005) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Mar 2005), with the quotation. Submit signed and dated offer to: 305th Contracting Sq./LGCA, Attn: Adriana A. Dunaway, 2402 Vandenberg Ave., McGuire AFB NJ 08641 at or before 4:30 P.M. Eastern Standard Time, 14 Sep 2005. Responses/offers may be sent by mail, fax, or electronically. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Deviation) (Jan 2005), FAR 52.219-1-Small Business Program Representations (May 2004) Alternate I, FAR 52.222-22-Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.225-1-Buy American Act--Supplies (Jun 2003), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004 Alt A-Required Central Contractor Registration Alternate A (Nov 2003), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Sep 2005) (Deviation). It is incumbent upon interested parties to review this site frequently for any updates/amendments to this RFQ. All FAR clauses and provisions may be reviewed and/or obtained from the Air Force FAR web site at Internet address http://farsite.hill.af.mil/ . All responsible sources may submit an offer, which will be considered. Registration with the Central Contractor Registration (CCR) is mandatory in accordance with DFARS 252.204-7004. All potential offerors must obtain a DUNS number and register in the CCR in order to transact business with the government. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered at the time of award. All responsible sources may submit a proposal, which will be considered by the agency. Quotes may be faxed to (609) 754-4642; Attn: Ms. Dunaway. All HubZone business concerns are encouraged to participate and submit a quote. Questions regarding this solicitation may be obtained by contacting Ms. dunaway at (609) 754-2525 between the hours of 8:00 AM and 4:00 PM eastern time and by email to adriana.dunaway3@mcguie.af.mil.
 
Place of Performance
Address: McGuire AFB, NJ
Zip Code: 08641
Country: US
 
Record
SN00891453-W 20050911/050909212324 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.