Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

65 -- Tunnel and Cage Washer Seravice Agreement

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HU000107FV322
 
Response Due
5/11/2007
 
Archive Date
5/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Uniformed Services University (USU) located on the National Naval Medical Campus in Bethesda, MD has a requirement for a service and maintenance agreement for two tunnel washers and three rack and cage washers manufactured by Girton and Lynx. The period of performance is anticipated to be May 15, 2007 through April 30, 2008 with four option years of May 1, 2008 through April 30, 2009, May 1, 2009 through April 30, 20010, May 1, 2010 through April 30, 2011, May 1, 2011 through April 30, 2012. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for a commercial item in accordance with FAR Part 12-Acquisition of Commercial Items and FAR Part 13-Simplified Acquisition Procedures. It is the responsibility of the contractor to monitor FedBizOpps for any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-16. This solicitation is set-aside for small businesses and the applicable NAICS code for this requirement is 811219 - Other Electronic and Precision Repair and Maintenance with a size standard of $5 million. All quotes are due May 11, 2007 at 3:00 PM EST. Quotes may be e-mailed tomlegault@usuhs.mil, faxed to 301-295-1716, or mailed. Price: The contractor should provide pricing on the SUB CLIN as set up below (Contract Line Number (CLIN), description, SUB CLIN, description, quantity) for the base year and four option years. The Government also has the right to add or delete SUB CLINS. 0001 Base Year May 15, 2007 through April 30, 2008 0001AA ?GIRTON MFG. CO., TUNNEL WASHER WITH GD830S DRYER, 4 PMs/year MD: CT2030S, SN: 93102703, ID: 038874, Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. Also includes: Girton Bedding Dispenser: ID-040065, MD: BD8036, SN: 92060801 CLIN 0001AB - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102701, ID: 038872 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. CLIN 0001AC - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102702, ID: 038873 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown services calls. DOES NOT INCLUDE PARTS. CLIN0001AD ? LYNX, CAGE AND RACK WASHER, 4 PMs/year MD: 410LX, SN: 571 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. CLIN 0001AE ? LYNX, TUNNEL WASHER, 4 PMs/year MD: 542LXI, SN: 572 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0002 OPTION YEAR I: May 1, 2008 through April 30, 2009 0002AA ?GIRTON MFG. CO., TUNNEL WASHER WITH GD830S DRYER, 4 PMs/year MD: CT2030S, SN: 93102703, ID: 038874, Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. Also includes: Girton Bedding Dispenser: ID-040065, MD: BD8036, SN: 92060801 0002AB - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102701, ID: 038872 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. 0002AC - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102702, ID: 038873 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown services calls. DOES NOT INCLUDE PARTS. 0002AD ? LYNX, CAGE AND RACK WASHER, 4 PMs/year MD: 410LX, SN: 571 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0002AE ? LYNX, TUNNEL WASHER, 4 PMs/year MD: 542LXI, SN: 572 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0003 OPTION YEAR II: May 1, 2009 through April 30, 2010 0003AA ?GIRTON MFG. CO., TUNNEL WASHER WITH GD830S DRYER, 4 PMs/year MD: CT2030S, SN: 93102703, ID: 038874, Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. Also includes: Girton Bedding Dispenser: ID-040065, MD: BD8036, SN: 92060801 0003AB - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102701, ID: 038872 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. 0003AC - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102702, ID: 038873 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown services calls. DOES NOT INCLUDE PARTS. 0003AD ? LYNX, CAGE AND RACK WASHER, 4 PMs/year MD: 410LX, SN: 571 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0003AE ? LYNX, TUNNEL WASHER, 4 PMs/year MD: 542LXI, SN: 572 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0004 OPTION YEAR III: May 1, 2010 through April 30, 2011 0004AA ?GIRTON MFG. CO., TUNNEL WASHER WITH GD830S DRYER, 4 PMs/year MD: CT2030S, SN: 93102703, ID: 038874, Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. Also includes: Girton Bedding Dispenser: ID-040065, MD: BD8036, SN: 92060801 0004AB - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102701, ID: 038872 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. 0004AC - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102702, ID: 038873 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown services calls. DOES NOT INCLUDE PARTS. 0004AD ? LYNX, CAGE AND RACK WASHER, 4 PMs/year MD: 410LX, SN: 571 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0004AE ? LYNX, TUNNEL WASHER, 4 PMs/year MD: 542LXI, SN: 572 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0005 OPTION YEAR V: Base Year May 1, 2011 through April 30, 2012 0005AA ?GIRTON MFG. CO., TUNNEL WASHER WITH GD830S DRYER, 4 PMs/year MD: CT2030S, SN: 93102703, ID: 038874, Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. Also includes: Girton Bedding Dispenser: ID-040065, MD: BD8036, SN: 92060801 0005AB - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102701, ID: 038872 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown service calls. DOES NOT INCLUDE PARTS. 0005AC - GIRTON MFG. CO., RACK AND CAGE WASHER, 4 PMs/year MD: 80-0, SN: 93102702, ID: 038873 Location: G140, Dept: LAM, POC: TED PLEMONS, 9506 Note: Includes: All labor for Preventive Maintenance and emergency breakdown services calls. DOES NOT INCLUDE PARTS. 0005AD ? LYNX, CAGE AND RACK WASHER, 4 PMs/year MD: 410LX, SN: 571 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. 0005AE ? LYNX, TUNNEL WASHER, 4 PMs/year MD: 542LXI, SN: 572 Location: 1500, Dept: AFRRI-VSD, POC: LTC HARRE, 1365 Note: Includes: Four (4) quarterly preventive maintenance inspections. All labor for preventive maintenance and all labor for emergency breakdown service calls. Contract excludes all parts. Parts will be purchased separately when needed for the contract. Statement of Work Annual Service and Maintenance Agreement: Unless otherwise specified (see line item description), contractor is to provide 12 emergency (remedial) repairs on an as needed basis on equipment listed in Section B to include quarterly Preventive Maintenance (PM) inspection(s) during the period of performance. Contractor shall provide all labor, parts, materials, tools, transportation and management necessary to maintain and repair all equipment listed in section B on an as needed basis in strict accordance with Original Equipment Manufacturer (OEM) service specifications. The contractor shall perform to the standards in this contract on government owned equipment located at USU and the Armed Forces Radiobiology Research Institute (AFRRI), Bethesda, MD. Both installations are located side-by-side in the same complex. Reporting procedures for AFRRI are different due to a higher level of security for access to the building. Contractor shall provide technical support, application support, and operational assistance to Government personnel on an as needed basis via phone and on site assistance. This agreement may be modified by the Government to add or delete items. The contractor?s employees shall comply with all AFRRI and USU requirements and regulations. Vehicles will be parked only on the designated vendor parking. Contractor must call ahead at least 24 hours in advance and coordinate their visit with designated AFRRI and USU staff in order to have their names placed on the Security Gate List and to gain access into AFRRI. Additionally, the Contractor must be a US Citizen to gain access into AFRRI. SERVICE CALLS: The number of service calls placed with the contractor for remedial repair is limited to 12 in a single contract year. RESPONSE TO SERVICE CALLS: The contractor?s initial response to any service call shall be within 24 hours (weekends and Government Holidays excluded). Within 24 hours of a service call, the contractor shall coordinate with the end user and schedule a time to conduct the necessary repairs. The contractor will complete all repairs for a service call in the minimum amount of time required, not exceeding six days of the call-in date for service. The contractor will work only during the Government's normal working hours, Monday through Friday, Federal holidays excluded, 7:30 a.m. (0730 hours) to 4:00 p.m. (1600 hours). DOCUMENTATION OF SERVICES: Contractor shall maintain a service history record on each piece of equipment covered under the contract. Contractor shall provide copies of field service reports (including PM inspections) to the end user and to the Technical Services Branch as evidence of Preventive Maintenance and emergency service having been performed for each piece of equipment. Preventive Maintenance reports will be separate from emergency field service reports. Said reports will describe the work performed, the date of performance, item description to include Make, Model and Serial Number, and parts used. STANDARDS OF WORKMANSHIP: The quality of all services and supplies rendered hereunder will conform to the highest standards in the relevant profession, trade or field of endeavor. All services and supplies will be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by applicable law and regulation. The contractor, if not the OEM, shall perform all services in accordance with OEM specifications and to provide all, if any, OEM system hardware, software, and firmware upgrades throughout the term of the contract. Accordingly, the contractor's work shall result in all equipment, working at 100% of factory specifications. TECHNICAL SERVICE QUALIFICATIONS: All service technicians who will provide service to the equipment covered by this contract shall be OEM factory trained and certified or show the equivalency. All service technicians shall maintain up to date knowledge and technology regarding repair of and performance enhancements to the equipment as per OEM issued technical bulletins. Technical bulletins issued by the OEM will be in the hands of the service technicians within 30 days of OEM issuance. Vendor shall maintain a library of technical manuals including all technical bulletins for each model of equipment covered by the contract. Add or Delete Equipment Maintenance The Government may discontinue any maintenance coverage on any item covered under the terms of this contract by giving the Contractor 30 days written notice prior to the date of discontinuation. Also, the Government reserves the right to add additional equipment for maintenance at mutually agreeable prices. Definitions Unlimited (Remedial) Emergency Repair Service: Means that the contractor will respond to an unlimited number of service calls placed on equipment listed under contract. Has the same meaning as a Full Unlimited 100% Warranty where all parts and labor are included. Emergency: Is the occurrence of a malfunction to the normal operation of the equipment items under contract and the item is in immediate need for remedial repair. Emergency Repair: (Remedial Repair) Is the repair given to an equipment item under contract by the contractor upon request. Emergency Service Call: Is a request by phone to the contractor for a remedial repair. Preventive Maintenance (PM): Is the periodic servicing of equipment, which may or may not include cleaning, testing, adjusting, calibrating, lubricating, etc. in accordance with OEM service specifications. Specific PM requirements vary greatly from one piece of equipment to another. This service is not provided as a result of a malfunction. A PM is provided primarily to prevent an eventual malfunction, extending the life of the equipment items. Not all equipment items require PM. OEM Service Specifications: Is the Manufacturer?s guidelines and/or procedures on how equipment should be repaired to include PMs on an annual basis. The contractor, if not the OEM, will perform all maintenance in accordance with OEM Specifications. The government will award a firm-fixed-price (FFP) contract resulting form this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the combined synopsis/solicitation; will be most advantageous to the government, price and other factors considered. To be eligible for contract award, a contractor must be register with the Central Contractor Registration (CCR) database. For instructions on registering with CCR, please see CCR website at www.ccr.gov. Please provide five references to be contacted by USU personnel. Include Company Name, Point of Contact, phone number, e-mail optional, contract value, and period of performance. The following provisions and clauses apply to this contract: ? 52.212-1 Instructions to Offerors-Commercial Items ? 52.212-2 Evaluation-Commercial Items ? 52.212-3 Offeror Representations and Certifications-Commercial Items ? 52.212-4 Contract Terms and Conditions-Commercial Items ? 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ? 52.219-6 Notice of Total Small Business Set-Aside ? 52.217-8 Option to Extend Services ? 52.217-9 Option to Extend the Term of the Contract All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3 Full-text versions provisions and clauses can be accessed electronically at https://acquisitioin.gov/far/index.html . All questions must be submitted via e-mail to mlegault@usuhs.mil by May 9, 2007. Questions will not be answered over the phone and questions submitted after this date will not be answered.
 
Place of Performance
Address: 4301 Jones Bridge Raod, Bethesda, MD 20814, , 8901 Wisconsin Ave., Bethesda, MD 20814
Zip Code: 20814-4799
Country: UNITED STATES
 
Record
SN01286295-W 20070504/070502230026 (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.