Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2005 FBO #1451
SOLICITATION NOTICE

49 -- Maintenance of SLA Viper & SLA 5000

Notice Date
11/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
06-Q-0152151
 
Response Due
11/21/2005
 
Archive Date
12/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Solicitation Number 0152151 is being issued as a Request for Quotation (RFQ) under FAR Parts 12 and 13 to provide maintenance under the following SOW: 0001. The mission of the Operational Technology Division in the Federal Bureau of Investigation is to provide technical support for the field. A significant part of this support is in the form of technical equipment. A increasing portion of this equipment is designed and made inside the Rapid Prototyping Facility (RPF). One of the tools that the RPF uses to fabricate new equipment is a Stereo-Lithography Apparatus (SLA). The SLA takes information from a Computer-Aided Design (CAD) system and automatically creates a dimensionally accurate, three-dimensional plastic model. 0002. The RPF has three mechanical rapid prototyping systems. Two of these are a SLA-5000 and SLA Viper manufactured by 3D Systems, Inc. A maintenance contract(s) is required for FY2006 to keep the systems running. The estimated life of the machines are estimated at seven years from the original purchase. 0003. Hardware Requirements: 1.0 The contractor(s) shall provide full hardware maintenance on the following hardware: 1.1 SLA 5000 and integral PC. 1.2 SLA Viper and integral PC. 2.0 The contractor shall have "on call" remedial hardware maintenance. 2.1 The contractor shall respond within two hours as to when the remedial maintenance will be conducted. 2.2 The contractor shall provide this remedial hardware maintenance on-site within three working days of the acknowledgement. 3.0. The contractor shall provide all spare parts under this contract. The contractor shall provide one laser replacement per machine at their expense as part of the contract. If any additional lasers need to be replaced, the government will purchase the additional laser. 4.0 The contractor shall provide all current and revised test equipment during hardware maintenance. 5.0 The contractor shall provide preventative hardware maintenance at least every three months at the government site. The actual date for this maintenance will be scheduled at the government's convenience. 6.0 Security Clearances: All contractor personnel performing maintenance work on site must complete the security processes and meet the requirements specified by the FBI Security Division for the sensitivity or classification level of the information for which they will require access. Contractors coming on site shall be escorted at all times while at the on site location. Contractors must possess a minimum of a Secret Personnel security clearance or be processed for a Limited background Investigation (LBI) before maintenance on site can be scheduled. The Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-4. This RFQ is being conducted as a 100% small business set aside. The applicable NAICS is 811219 and the small business size standard is 500 employees. This requirement will be awarded as a commercial item firm-fixed price contract under FAR Parts 12 and 13. The FBI will award this RFQ to a responsible offeror whose proposal complies with the terms of this RFQ and is otherwise deemed to be most advantageous to the government, price and other factors considered. The FBI may consider award to other than the lowest priced offeror or other than the highest technically rated offeror when in the best interest of the FBI. The FBI also reserves the right not to make an award to any offeror. References will be evaluated for acceptance prior to award. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. Award is anticipated on or before December 15, 2005. Delivery shall be made to the FBI ERF Building 27958A, Quantico, VA 22135. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection Clause, nor does it limit the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict the terms and conditions of the Government?s contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of all items provided to the government by the contractor. FAR Clauses and provisions that apply to this acquisition can be obtained from the website http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation-Commercial Items applies to this combination solicitation/synopsis. Award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2005) applies to this combination solicitation/synopsis. Please note: All offerors and prospective contractors must be registered on the ONLINE Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2005) is incorporated by reference and applies to this acquisition. Applicable clauses under 52.212-5 include: 52.203-6 Alternate I, 52.222-3, 52.222-19,52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.232-33,52.232-36, 52.239-1, 52.222-41,52.222-43, 52.222-44.52.211-6, Brand Name or Equal, and 52.247-33 FOB destination also apply to this requisition. Quotations are due to the Quantico Contracts Unit, Attn: Debra Chapman, emailed electronically to dchapman@fbiacademy.edu on or before Monday, November 21, 2005 at 11:00 AM EST. All responsible sources may submit a quotation which shall be considered by the agency. THE AWARDEE SHALL BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE AS REQUIRED UNDER FAR 52.204-7 (OCT 2003) PRIOR TO RECEIVING AN AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. For information regarding this combination solicitation/synopsis contact Debra Chapman, (703) 632-6256 or email to dchapman@fbiacademy.edu.
 
Place of Performance
Address: FBI, Engineering Research Building 27958A, Quantico, VA
Zip Code: 22135
Country: USA
 
Record
SN00931502-W 20051116/051114211709 (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.