Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

J -- Maintenance, Repair and rebuilding of equipment

Notice Date
1/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-06-Q-0009
 
Response Due
2/16/2006
 
Point of Contact
Ann Harrison, Contract Specialist, Phone (301) 837-0772, Fax (301) 837-3227, - Ronnie Propst, Contracting Officer, Phone 301-713-6755 x266, Fax 301-713-6910,
 
E-Mail Address
ann.harrison@nara.gov, rhonda.propst@nara.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-06-Q-0009. This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This acquisition is set aside 100% for small business. The NAICS code and the small business size standard are 811212 and $21 million, respectively. The Offerors must state in their quote their size status for this procurement. All qualified responsible small business sources may submit a quote which will be considered by the agency. The period of performance is: April 1, 2006 through March 31, 2007 and four (4) one (1) year option periods. This will be a firm fixed price contract. The purpose of this contract is to provide microfilm reader maintenance and repair services to the National Archives and Records Administration (NARA). Provide Pricing for the following: CLIN 0001 (Base Year) Microfilm Reader Maintenance and Repair Services and reports - Qty. 12 months; CLIN 0101 (Option Year I), Microfilm Reader Maintenance and Repair Services and reports Qty. 12 months; CLIN 0201 (Option Year II), Microfilm Reader Maintenance and Repair Services and reports- Qty. 12 months; CLIN 0301 (Option Year III), Microfilm Reader Maintenance and Repair Services and reports - Qty. 12 months; CLIN 0401 (Option Year IV) Microfilm Reader Maintenance and Repair Services and reports- Qty. 12 months. Maintenance and Repair services must meet the following specifications. SCOPE. The Contractor must provide all labor, materials, equipment, parts, (including light bulbs), test equipment, permits, fees, licenses, transportation, and tools for inspecting, reporting, servicing, and performing all preventive maintenance inspections and repairs necessary to maintain the microfilm readers in safe and reliable operating condition. The Contractor is required to comply with the maintenance and repair requirements as stated in the manufacturer¡¦s specifications for the readers listed below. READER TYPES AND WORK LOCATIONS. Archives I, 700 Pennsylvania Ave., NW, Washington, DC 20408, Room G26 Manufacturer Model Quantity Gideon Library Researcher (model 900) 60 Indus Super Carrel 15 Northwest 2020A 2 Archives II, 8601 Adelphi Road, College Park, MD 20740, Room 4050 Manufacturer Model Quantity Gideon 27A66 25 Dukane 27A88A 4 Indus Super Carrel 2 Northwest 2020 5 WORK PROCEDURE. The Contractor must report to the Contracting Officer¡¦s Representative (COR) or his designated representative for each location prior to commencing work. Before beginning and upon completion of any scheduled or unscheduled service call, the Contractor¡¦s service representative must sign in and sign out with the Security desk and designated representative for each location. REPAIR SERVICE HOURS. For Archives I, the readers that are in use in Room G26 will be available for repair or maintenance on site from 8:00 AM to 5:00 PM Monday through Friday excluding Government holidays. For Archives II, the readers that are in use in Room 4050 will be available for repair or maintenance on site from 8:45 AM to 5:15 PM Monday through Friday excluding Government holidays. In the event of a reader malfunction, the Contractor will be notified by the COR or his designated representative. The Contractor must respond via telephone or e-mail to the COR or designated representative within 4 hours after receipt of telephone or e-mail notification. The Contractor must service the equipment during the next business day (Monday through Friday). All scheduled preventive maintenance must be coordinated with the COR or his designated representative at least 3 working days in advance. PREVENTIVE MAINTENANCE. Preventive maintenance must be scheduled and completed at least once quarterly and performed in accordance with the reader manufacturer¡¦s specification. Preventive maintenance must include at a minimum: (1) Perform operational checks and correct any deficiencies noted in accordance with manufacturer¡¦s specification; (2) Clean, lubricate, replace, and adjust mechanical parts in accordance with manufacturer¡¦s specifications; (3) Replace excessively worn or defective parts. Excessively worn parts are those parts that if not replace immediately may fail prior to the next scheduled preventive maintenance cycle; (4) Visually inspect the exterior of all readers for damage and cleanliness and report any discrepancies to the COR or his authorized representative; and (5) Consult with the COR or his designated representative regarding reader performance. The Contractor must maintain, at a minimum, a 95% (less reader preventive maintenance downtime) reader uptime or in service rate. In order to determine the uptime or in service rate, the COR or his designated representative, will periodically and randomly check all of the readers in the room to verify their operability and then calculate whether the 95% uptime or in service rate is being maintained. If the equipment uptime or in service rate drops below 95% at any time, the contractor must furnish functionally equivalent machines in good operating condition to maintain the 95% equipment uptime or in service rate while the defective machines are being repaired. REPLACEMENT PARTS. The contractor must only use manufacturer¡¦s new original or factory refurbished parts in the performance of this contract, except when the manufacturer or its successor companies no longer provide new or factory service parts for a malfunctioning machine. In such cases, the Contractor will provide in writing to the COR how it concluded that new or factory refurbished parts are no longer available. WARRANTY. The Contractor must perform all work within the strict terms and conditions of all existing commercial warranties (if any) on the equipment and must not perform work that would jeopardize said warranties. REPORTS. Upon work completion for each Contractor visit, the Contractor must submit a Contractor-designed inspection report to the COR or his designated representative. The report must include: (1) Contract Number; (2) Date; (3) Reader Number or Serial Number; (4) Name of service technician; (5) Maintenance performed; (6) Equipment downtime; (7) Part(s), if any, to be ordered; (8) Signature and date from the COR or his designated representative. Two work days after the end of the month, the Contractor must submit a Contractor-designed report to the COR or his designated representative that documents the fact that a 95% or greater equipment uptime or in service rate has been maintained. The report must include the following: (1) Reader number or Serial number; (2) Date; (3) Service downtime (in hours); (4) Total monthly downtime for all machined (in hours and percent). PERSONNEL. The Contractor must assure that all of their employees performing services under this contract have successfully passed the Contractor¡¦s screening process. The screening process shall at a minimum ensure that all employees are free of excessive use of alcohol, use of illegal drugs, free of violent and/or anti-social behavior; and dishonesty. The Contracting Officer or COR may request the Contractor to immediately prevent any employee(s) from performing work or continuing to perform under this contract should it be determined that individuals performing services are disqualified for either suitability or security reasons, are found to be unfit to perform their duties, or pose an unacceptable risk to Government equipment or personnel. INSPECTIONS. NARA reserves the right, during business hours and without notice, to inspect the Contractor¡¦s processes, procedures, and deliverables during the performance of this work. CLAUSES AND PROVISIONS. Oferors must provide the information required by FAR 52.212-1, Instructions to Offerors ¡V Commercial Items (Jan 2006h). FAR 52.212-2, Evaluation¡XCommercial Items (Jan. 1999) is applicable, with the following addendum: The following factors will be used to evaluate offers and are listed in descending order of importance: (1) Technical Understanding, Approach, Capabilities, and Management. (Evaluation will be based on he Offeror¡¦s capabilities and demonstrated technical understanding of and approach to performance of the work required by the Specifications.) (2) Price. (3) Past Performance. (The Government will assess the Offeror¡¦s demonstrated recent/relevant experience and their quality of performance on similar work. The Offeror must provide this information.) Technical Understanding, Approach, Capabilities, and Management and Past Performance, when combined are significantly more important when compared to price. The proposed contract award will be based on a best value competitive source selection wherein the Government is more concerned with obtaining superior technical performance or reduced risk than in making an award at the lowest overall cost to the Government. However, if one or more Offerors are equal in technical performance, then price will become more important as a factor for award. Streamlined source selection procedures will be used. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications¡XCommercial Items (Mar 2005) with its offer and may be obtained via the Internet at URL:http//farsite.hill. FAR 52.212-4, Contract terms and conditions¡XCommercial Items (Sept 2005) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders¡XCommercial Items (Sept 2005) is applicable and the following identified clauses from paragraph (b) are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul. 1995), with Alternate I (Oct. 1995); 52.219-6-Notice of Total Small Business Set Aside (Jun 2003) (15 U.S.C. 644), 52.222-21, Prohibition of Segregated Facilities (Feb. 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Handicapped Workers with Disabilities (Jun.1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232.18-Availability of Funds (APR 1984), 52.232-19-Availability of Funds for the Next Fiscal Year (APR 1984), 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999). 52.237-2-Protection of Government Buildings, Equipment, and Vegetation (APR 1984), 52.243-1-Changes-Fixed Price-Alternate 1 (APR 1984), 52.246-4-Inspection of Services-Fixed Price (AUG 1996), 52.237-1 Site Visit (APR 1984), 52.233-2-Service of Protest (AUG 1996) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the : National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001, Attn: Rhonda Propst. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)-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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: http://www.arnet.gov/far, http://farsite.hill.af.mil/vffara.htm. (End of provision). 52.217-5 Evaluation of Options (JUL 1990). 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)- 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ¡V The following National Archives and Records Administration Clauses will be made available upon request: NARA 7.1¡V Government Contract Administration (Mar 2003) NARA 7.2 ¡VDesignation of Contracting Officer¡¦s Representative (May 2004) NARA 7.5-Invoice Submission Requirements (Dec 2002), NARA 7.7-Certification of Invoice (Dec 2002), NARA 7.9-Adjusting payment (Jul 2000), NARA 7.10- Final Payment (Sep 1998). CONTRACTOR NOTEƒò:In order to provide timely replies to Offeror¡¦s inquiries, all written requests should be received no later than two weeks (10 working days) prior to the time set for receipt of quotes. Offerors are requested to transmit inquiries via both facsimile (301-837-3227,) Attn: Ms. Ann Harrison and email; ann.harrison@nara.gov.. The Government will reply promptly to inquiries received during the final two weeks, but will not extend the quote receipt merely because of late submittal of questions. Quotes for services described above are due by 1:000pm E.S.T. February 16, 2006 and may be mailed, faxed (301) 837-3227 or emailed (ann.harrison@nara.gov) to: Ms. Ann Harrison, National Archives and Records Administration, Acquisition Services Division (NAA), Suite 3340, 8601 Adelphi Road, College Park MD 20740-6001. Quotes must include the solicitation number, discount/payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (in any) NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/NARA/NAA/AC/NAMA-06-Q-0009/listing.html)
 
Place of Performance
Address: Archives I, 700 Pennsylvania Ave., NW, Washington, DC Archives II, 8601 Adelphi Road, College Park, MD
 
Record
SN01006583-F 20060316/060314214131 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.