Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
SOLICITATION NOTICE

J -- Maintenance and Repair of Scanning Electron Microscope

Notice Date
10/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1SBAA6257BG01
 
Response Due
10/19/2006
 
Archive Date
12/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB, CA intends to award a Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. This acquisition is a 100% small business set aside. The NAICS code is 811219. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. The specifications of this desired acquisition are as follows: CLIN 0001 MAINTENANCE OF SCANNING ELECTRON MICROSCOPE 1. The contractor shall provide all labor, materials parts, tools, equipment, transportation, and supervision necessary in the event that government personnel, through routine adjustment are unable to cause one of the cited components to perform to International Scientific Instruments (ISI) published specifications, on equipment located at AFRL/PRSM, 10 E Saturn Blvd, Bldg 8424, Edwards AFB, CA 93524-7680/ 2. Provide repair or replacement of all electronic and/or component parts of the Scanning Electron Microscope, Model CL-6, due to fair wear and tear. 3. Period of Performance will be 1 Oct 06 through 30 Sep 07. 4. The Contractor shall provide the following services: a. Diagnose the equipment malfunction. b. Provide technical service and support by means of telephone, fax, or mail. c. Adjust and demonstrate that the repaired equipment conforms to all published specifications for performance. d. Provide service records for adequate historical tracking of service requirements. e. All maintenance and services shall be performed by personnel trained in the servicing of ISI equipment. 5. The Contractor shall respond to service calls within 72 hours, excluding weekends and holidays, from the time the service call is placed. 6. The following personnel are authorized to place service calls on behalf of the government: Dr. Hoffman (661) 275-5768 Marietta Fernandez (661) 275-5767 7. All work will be performed between the hours of 07:30 and 15:30 Monday through Friday except Federal Holidays. 8. The Contractor shall contact Marietta Fernandez, or Dr. Hoffman when performing any work on this purchase order, at (661) 275-5767 or (661) 275-5768. 9. The Contractor shall be reimbursed for all materials except normal expendable/consumable parts (printer ribbons/paper/etc) regardless of cost. The Contractor shall submit supplier generated invoices for all items claimed for reimbursement. 10. The area in which the services are to be provided is a restricted area. To facilitate entry into the restricted area, the Contractor shall provide the name, social security number, and driver?s license number for all employees performing work under this purchase order to the Contracting Officer not later than 10 working days prior to the commencement of services 11. *** Foreign Nationals and Green Card Holders are NOT permitted access to this facility. Rental vehicles such as U-Haul and Rider type trucks are NOT authorized access to this facility. CLIN 0002 MAINTENANCE OF SCANNING ELECTRON MICROSCOPE Statement of Work same as CLIN 0001 Option Period 1: Period of Performance 1 OCT 07 through 30 SEP 08 CLIN 0003 MAINTENANCE OF SCANNING ELECTRON MICROSCOPE Statement of Work same as CLIN 0001 Option Period 2: Period of Performance 1 OCT 08 through 30 SEP 09 CLIN 0004 MAINTENANCE OF SCANNING ELECTRON MICROSCOPE Statement of Work same as CLIN 0001 Option Period 3: Period of Performance 1 OCT 09 through 30 SEP 10 CLIN 0005 MAINTENANCE OF SCANNING ELECTRON MICROSCOPE Statement of Work same as CLIN 0001 Option Period 4: Period of Performance 1 OCT 10 through 30 SEP 11 ----- Please formulate your proposal to the specified CLIN structure above, in CLINs 0001 through 0005. Contractors interested in this requirement should submit a complete technical package and quote, which provides clear and convincing evidence that they can meet the Government?s requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 and DFARs Change Notice (DCN) 20060908. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. All interested offerors may submit a quote. This shall be a Firm Fixed price contract. The specifications are listed by CLINs in the description above. The following government provisions and clauses apply: Provision FAR 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. FAR 52.212-1, Instructions to Offerors?Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN - http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 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); 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Contractual point of contact is: Ashleigh Baird, 661-277-3282, FAX 661-275-9678. Send all offers by close of business (4 p.m. PST) 19-OCT-2006. Faxed transmissions of quotes are acceptable. Email all inquires to ashleigh.baird@edwards.af.mil.
 
Place of Performance
Address: AFRL/PRSM, 10 E Saturn Blvd, Bldg 8424, Edwards AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01161989-W 20061007/061005220351 (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.