Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

49 -- Maintenance contract for Automated Shot Peen Machine

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-06-T-0054
 
Response Due
2/23/2006
 
Archive Date
3/10/2006
 
Description
This is a combined synopsis/solicitation 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 separate written solicitation will not be issued. Solicitation number N68836-06-T-0054 applies and is issued as a Request for Quotation. This procurement is NOT set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 333999 and the business size standard is 500. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a sole source basis the following line items Maintenance contract for an Automated Shot Peen Machine, Progressive Technologies, model Robot Shot Peen System, s/n 1179/7720 for the period of one (1) year, Statement of Work Maintenance Service Contract Automated Shot Peen System Scope: Perform scheduled and unscheduled maintenance on the Progressive Technologies Inc. automated shot peen system located at the NAVAIR Depot Jacksonville, Naval Air Station, Jacksonville, Florida 32212 0016, Building 794. The automated shot peen system is S/N 1179, Plant Account Number 65886 027008. Levels of Service: 1. Scheduled Maintenance - Perform standard OEM preventive/scheduled maintenance, calibration, inspection, and system inspection twice a year (every six months). This portion of the contract will be Fixed Price (FP). 2. Emergent Maintenance ? Perform emergent (emergency) maintenance as required with a response time as shown below. The government will pay for services according to the vendor price schedule. This portion of the contract will have a Not To Exceed (NTE) amount and will be indefinite quantity/indefinite delivery (ID/IQ). Response Time - Maintenance personnel will be onsite within 2 business days from initiation of service call. 3. Parts ? Provide system parts as required to support maintenance efforts. Parts will be ordered by the OEM Service Technician or listed NADEP POCs. This portion of the contract will have a Not To Exceed (NTE) amount and will be indefinite quantity/indefinite delivery (ID/IQ). Performance Period: One year with the option to extend the contract for one year. Start Date: ASAP The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.216-1 Type of Contract, Clause 52.216-18 Ordering,Clause 52.216-19 order limitations, Clause 52.216-20 Definite Quantity, 52.216-21 Requirements alternate 1 Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer 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, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M February 23, 2006. Quotations must be in writing and may be faxed or mailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 110 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229.
 
Place of Performance
Address: Fleet and Industrial Supply Center, Bldg 110 P.O. Box 97A, NAS, Jacksonville, FL
Zip Code: 32212
 
Record
SN00983481-W 20060210/060208212808 (fbodaily.com)
 
Source
FedBizOpps 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.