Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

A -- VARIOUS FAX MACHINES MAINTENANCE

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 Building 1500 Code 532.2D Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908T0001
 
Response Due
9/28/2007
 
Archive Date
10/28/2007
 
Point of Contact
Carolyn F Burns 757-396-8349 Cindi B Newcomb 757-396-8352
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This requirement is a Small Business Set-aside and the applicable NAICS is 811212 with a standard size of 500 employees. FISC Norfolk Naval Shipyard anticipates award of a firm fixed price contract for the following line items: 01 Maintenance on various makes and models of facsimiles on a ?per call basis? located in various locations throughout Norfolk Naval Shipyard and NOB, Norfolk, Virginia. Approximately 500 machines. Models to service but not limited to are: Xerox, Canon, Pitney Bowes, Ricoh, Panasonic, Lanier, and Sharpe. Repairs will be made within 8 working hours of request or a loaner will be provided at no additional charge to the government. Period of Performance 01 Oct 07 thru 30 Sep 08. Cost per Call is:_____________________ All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-018 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-3, 52.212-4, and 52.212-5 incorporating 15, 16, 17, 18, 19, 29 and 34. ADDENDA: FAR Clauses 52.204-7, 52.211-15, 52.211-17, and 52.247-34, 52.219-22, and 52.222-25, DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, and 252.225-7001. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certificat ions and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. The award shall meet requirements for access to NNSY: REQUIREMENTS FOR ACCESS TO NNSY Contractors? representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. ?Employee Eligibility Verification Form?). The I-9 is based on presentation of appropriate documentation that both verifies the employee?s eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE: (1) The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. (2) If the contract requires access to classified material, a visit request identifying the employee?s clearance status may suffice depending on the employee?s status within the JPAS database. (3) In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. (4) If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 28-Sep-2007, by noon (12 PM), Local Time and offers can be emailed to carolyn.f.burns@navy.mil or fax to Fax 757-396-8017 or 9895, Code 532.1B, Attn: Carolyn Burns.
 
Record
SN01420522-W 20070927/070925225227 (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.