Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

J -- Lektriever Reinstall

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ0423-07-T-0006
 
Response Due
3/7/2007
 
Archive Date
3/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit an offer/quote which shall be considered. The solicitation number is HQ0423-07-T-0006. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2001-26, Effective 20 Dec 04. This requirement is SMALL BUSINESS SET-ASIDE. The NAICS code is 811212 and the small business size standard is $23 million. The contract line item number(s) are as follows: CLIN ITEM 0001 Contractor inventory of parts and pieces of 23 disassembled lektrievers to determine how many fully functioning lektrievers can be reinstalled. See paragraph 3.2.1 of the SOW. 0002 Price to reinstall ONE Lektriever $_________________. See paragraph 3.2.2, 3.2.3 and 3.2.5 of the SOW. 0003 90-day warranty for all parts/labor for the lektrievers reinstalled. See paragraph 3.2.6 of the SOW. Description of requirement for the services to be acquired: Statement of Work Lektriever Reinstall Document KOACO7RC738 3.1 Scope of work: 3.1.1 The Contractor shall provide all labor, materials, equipment and supervision necessary to evaluate the working condition of electrical, mechanical and structural file equipment, conduct inventory to determine the number of working units available to reconstruct and reassemble file lektrievers, Kardex Lektrieve Series 80, for the DFAS Columbus Center. The contractor must be an authorized Kardex repair/parts distributor and be familiar with manufacturer?s standard configurations and installation procedures. 3.2 Lektriever Reinstallation: 3.2.1 The Contractor shall inventory the parts and pieces of 23 disassembled lektrievers located at the site in which they are going to be reinstalled which is DFAS Columbus Center, 3990 E. Broad Street, Columbus, OH 43213, Building 11, Section 11 to determine how many fully functioning lektrievers can be reinstalled. 3.2.2 The Contractor shall reconstruct as many units as possible, cannibalizing parts and pieces available from the various units, to maximize the number of lektrievers that can be restored to good operating condition. 3.2.3 Following reconstruction, the Contractor will be responsible for repositioning the lektrievers into their permanent configuration as directed by the government. The units are to be installed in rows on the north wall of the building with 8-10 feet of space between each unit. 3.2.4 The work will be performed during normal business hours of Monday through Friday; 7:30 AM to 4:00 PM unless directed to be performed after duty hours. 3.2.5 The project will be considered complete when the lektrievers are completely reassembled, the internal electrical system has been connected, all debris created by the Contractor is removed and final inspection of the required work is complete. Final connection to building source is the responsibility of the Government; however, testing of the internal wiring system is the contractor?s responsibility. The contractor will be required to test the lektrievers after all electrical connections are made by the Government so that the machines can be balanced. 3.2.6 Contractor is to offer a 90 day warranty for all parts and labor after the lektrievers are installed. 3.2.7 The period of performance for the lektriever reinstall is from the date of award through April 30, 2007. 3.3. SECURITY INFORMATION: The contractor employees are required to enter through the DSCC Broad Street Gate and sign in at the security office?s post for access to DFAS-CO Center during performance of the order. If access inside of the DFAS-CO building is also required for performance, it is also the contractor?s responsibility to obtain a visitor?s badge in the building?s main lobby. To accommodate the above, the contractor shall provide the Contracting Officer?s Representative (COR), with the name of contractor personnel requiring access and their expected ate/time of arrival at the earliest practical moment. The COR will initiate actions in accordance with current DFAS-CO procedures concerning visitors to accommodate contractor employees. 3.4. INVOICING: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (ref. clause 252.232-7003). When the 2-in-1 or Combined invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. END OF STATEMENT OF WORK The anticipated period of performance is from date of award until completion (NLT April 30, 2007). Place of performance is Columbus, OH. FOB destination. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR 52.212-2 Evaluation ?Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Addenda to FAR 52.212-2 Evaluation ?Commercial Items, is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical and Past Performance. Prices. Price will be evaluated using price analysis techniques. A single award, for all CLINs 0001-0003, will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. In making the best value determination, the Government will make a comparative assessment of the offerors. All quotes will be evaluated to determine that the offered price(s) reflect a technical understanding of the requirement and those considered unrealistic may be rejected. For CLIN 0002, for evaluation purposes only, the dollars quoted under CLIN 0002 will be multiplied by an estimated number of 15 lektreivers that could successfully be reinstalled. Technical Qualifications: As part of the contractor?s quote, contractor must provide documentation showing its company is an authorized Kardex repair/parts distributor and its technicians are familiar with Kardex manufacturer?s standard configurations and installation procedures. This can be in the form of training certificates. This will be a pass/fail factor. Past Performance. Please submit information on your experience and/or past performance performing similar tasks. The offeror may provide past performance information, as follows, for consideration: a. A list of contracts, commercial or Government, performed within the past two years, limited to three (3) Government and three (3) commercial contracts for the same or similar service. The offeror shall provide or include a point of contact (POC) address, telephone number, an average dollar amount of the contract per annum, the period of performance and a sample listing of the services provided for under the commercial contracts. For any Government contracts, provide the Government agency, a (POC), telephone number, appropriate contract number, estimated dollar value of the contract, period of performance and a sample listing of the items provided. The Government reserves the right to limit the number of references it decides to contact. b. A listing of any ?problems? or discrepancies experienced within the past year for the contracts or customers reported in reference to paragraph ?a? above. Include a brief description of how these problems were addressed and remedied. Offerors are to complete paragraph (j) of this provision, 52.212-3, Offeror Representations and Certifications-Commercial Items, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DOC9. Offers are due by 1:00 PM EST on March 7, 2007. Facsimile and email quotes are acceptable and preferred. Offers may be submitted by email, facsimile or mail and forwarded to: Point of Contact: Esther Hayden DFAS Contract Services Directorate 3990 E. Broad Street Bldg 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1971 Fax Number: 614-693-5674 Email address: Esther.Hayden@dfas.mil Furnished quotes to this POC on or before the closing time listed in this RFQ. In order to schedule an on-site visit contact: Pat Haag, 614-693-6019.
 
Place of Performance
Address: 3990 E. Broad Street, Bldg 11, Section 11, Columbus, OH
Zip Code: 43213-1152
Country: UNITED STATES
 
Record
SN01236212-W 20070223/070221221331 (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.