Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
MODIFICATION

49 -- SLA Maintenance

Notice Date
3/7/2007
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-Q-0152127
 
Response Due
3/8/2007
 
Archive Date
3/23/2007
 
Point of Contact
Debra Chapman, Contract Specialist, Phone 703 632-6256, - Debra Chapman, Contract Specialist, Phone 703 632-6256,
 
E-Mail Address
dchapman@fbiacademy.edu, dchapman@fbiacademy.edu
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001: 1. Software updates must be included with your total maintenance price. 2. Correction - The SLA Viper/2002 is 5 years old, the SLA 5000 (2004) is 3 years old. The due date of your quote of 3/8/2007 at 12:00 noon EST remains unchanged. ////This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only notice; a paper solicitation will not be issued. Request for Quotation (RFQ) number 07-Q-0152127 shall be referenced on any technical quote and price quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This RFQ is being conducted as a 100% small business set aside. A firm fixed price purchase order will be issued. The Federal Bureau of Investigations (FBI) has a requirement for the following: 0001. Purchase of a one year maintenance contract for the Stereo-Lithography Apparatus (SLA), specifically (1) SLA 5000 and (1) SLA Viper, manufactured by 3D Systems. 0002. The estimated life of the machines is estimated at eight years from original purchase. 0003. Hardware requirements: 1.0 The contractor 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 2 hours as to when the remedial maintenance will be conducted. 2.2 The contractor shall provide this remedial maintenance on-site within 3 working days of the acknowledgment. 3.0 The contractor shall provide all spare parts under this contract, which shall include one laser replacement per machine at the contractor?s expense as part of the contract. 3.1 If any additional lasers need to be replaced within the one year period of performance, the government will purchase the additional laser(s). 4.0 The contractor shall provide all current and revised test equipment during hardware maintenance. 5.0 The contractor shall provide preventative hardware maintenance every 3 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. 6.1 Contractors coming on-site for this equipment maintenance/repair must be escorted at all times while at the on-site location. Contractor?s must possess a minimum of a Secret Personnel Security Clearance or be processed for a Limited Background Investigation (LBI) before on-site maintenance can be scheduled. 7.0 Preparation and Submission of Quotes. The Offeror may prepare and deliver a standard commercial quote for this maintenance. However, it must be clear from the quote that all required technical services will be met. 8.0 Evaluation and Award of Purchase Order. Purchase Order award will be made to the quote that is the most advantageous to the government, price and other factor?s considered. 8.1 Evaluation will be made based on 1. Contractor?s technical ability 2. cost. 3. past performance. 9.0 Type of Contract A Firm Fixed Price contract is contemplated under this SOW. The North American Industrial Classification System (NAICS) number is 811219 and the business size standard is 500 employees. The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforms to this combined synopsis/solicitation. The Government is not responsible for locating or securing any information, which is not provided or identified in the Capabilities Statement or quotation, but may do so at its discretion. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JAN 2006); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (MAR 2005) - 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 Clause 52-212-4, Contract Terms and Conditions- Commercial Items (SEP 2005); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2006) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-44, 52.232-33, 52.232-36, 52.239-1. Additional Clause(s) that apply to this RFQ are 52.211-6 Brand Name or Equal (AUG 1999). Clauses incorporated by reference may be accessed in full text at www.arnet.gov. All quotes from responsible sources will be considered. Quotes shall be accepted by fax or email only. The Fax number is 703-632-6103. The email address is dchapman@fbiacademy.edu, attn: Debra Chapman. Questions shall be submitted on or before Wednesday, March 7, 2007 at 4:00 PM. Quotes are due on or before Thursday, March 8, 2007 at 12:00 noon EST. No other methods of submission will be accepted.The RFQ number 07-Q-0152127 must be placed on all quotes, and on the fax cover sheet, or email subject line. This contract will be awarded as a commercial item in accordance with Federal Acquisition Regulation, Parts 12 and 13. All contractors anticipating award, must be registered in the Central Contractor Registration Database.
 
Place of Performance
Address: ERF Building 27958A, Quantico, VA
Zip Code: 22312
Country: UNITED STATES
 
Record
SN01245489-W 20070309/070307220435 (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.