Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOLICITATION NOTICE

J -- Preventive Maintenance Services

Notice Date
9/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024407T0707
 
Response Due
9/28/2007
 
Archive Date
10/28/2007
 
Point of Contact
Ofelia Salas 619-532-1123
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number is N00244-07-T-0707 Closing date September 28, 2007 @10:00 a.m. Pacific Standard Time. This solicitation documents and incorporated provisions and clauses in effect through FAC 2005-13. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 334513. All proposals shall included prices, FOB Point, shipping terms, a point of contact name, phone number, e-mail address, business size and payment terms. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. Submit proposals directly to FISC San Diego, Code 240, Attn: O.Salas, 937 N. Harbor Drive, San Diego, CA 92132 or via e-mail at ofelia.salas@navy.mil, or Fax at 619-532-1088. Contractor shall perform in accordance with the provided Statement of Work. Preventive Maintenance and on-site/on-call emergency services. 0001 Base Year, Two (2) Fluid Particle Counter, 1 Group @ $________ P/N: 8011-3; HIAC/ROYCO Counter (8000A); Sampler (ABS2); Sensor (HRLD 400); S/N: 93078808; Sampler (93078006); Sensor (B06419); PEMA No. 65888023676. P/N: 8011-3; HIAC/ROYCO; Counter (8000A); Sampler (ABS2); Sensor (HRLD 400); S/N: B06513; Sampler (B06204); Sensor (B06419); PEMA No. 65888023676. Period of Performance: 01 Oct 07 ? 30 Sep 08. 10001 Option Year I, Two (2) Fluid Particle Counter, 1 Group @ $________ Period of Performance: 01 Oct 08 ? 30 Sep 09. 10002 Option Year II, Two (2) Fluid Particle Counter, 1 Group @ $________ Period of Performance: 01 Oct 09 ? 30 Sep 10. 10003 Option Year III, Two (2) Fluid Particle Counter, 1 Group @ $________ Period of Performance: 01 Oct 10 ? 30 Sep 11. STATEMENT OF WORK This statement identifies necessary services and materials to provide unlimited ?On-site/ On-Call? Emergency Repair and Preventative Maintenance and calibration of the Fluid Particle Counters, and all related ancillary components. The Vendor must have full knowledge of the referenced equipment, must be able to perform all work in compliance with the manufacturer?s technical specifications, current commercial practices and in accordance with this statement of work. Maintenance costs shall include all travel, labor, equipment and parts (excluding certain consumable items). Following the notification of equipment failure, the Vendor shall provide telephone technical assistance within four (4) hours. The date and time shall be noted in a trouble call log to reflecting all maintenance calls, and any exceptions as stipulated therein by the Designated Government Representative (DGR). In the event that full-operational capability is not achieved via the telephone assist, a qualified field technician shall be ?On-Site? within seventy two (72) hours following the initial call after the failure of the telephone assist. Unlimited ?emergency? services shall be provided Monday through Friday (excluding federal holidays, during the hours of 8:00 a.m. ? 4:00 p.m. PST. The Vendor shall make all repairs to the extent necessary (as determined by full functional verification with the end user present) to ensure a functional system, which efficiently serves its intended purpose. Performance completion shall be achieved within seventy two (72) hours following the arrival of the field technician. The only exception to this requirement shall be for extenuating circumstances, which are considered beyond the immediate control of ?maintenance/service? personnel, and to be reasonable or prudent within industry standards. Contractor shall perform a minimum of two (2) ro utine preventive maintenance inspections shall be performed during the contract period. The date and time of the preventive maintenance inspections shall be determined by mutual agreement between the designated government representative and the vendor. The vendor shall provide all test equipment, including, but not limited to: tools, diagnostic and alignment devices, meters, hardware, software, needed to perform the work. In the event that the DGR does not call to set up a preventative maintenance inspection, the maintenance shall be accomplished within the last four months of the contract period. The DGR and the Contracting Officer are the only Government representatives authorized to place service calls for preventive maintenance and on-site emergencies. The end user is authorized to call for telephone assistance. Following each site visit, the Contractor shall provide the Government with a detailed Maintenance Service Report. The report shall include, but is not limited to , Date and Time notified, Date and Time of arrival, Technician Name, Type/Model/Serial number of service equipment, time spent on repair, description of malfunction, parts replacement list, time required to acquire parts, general procedure to attain functionality, comments on cause of malfunction, Date and Time of system/equipment returned to full operation functionality, an attached legible record of ?as received? and ?after calibration? readings . Calibration references, as requested. In accordance with ISO 9001, section 7.6, the following two areas are relevant: (1) ?When necessary to ensure valid results, measuring equipment shall be calibrated or verified at specified intervals, or prior to use, against measurement standards traceable to international or national measurement standard; where no such standard exist, the basis used for calibration or verification shall be recorded. (2) The organization shall assess and record the validity of the previous measuring results when the equipment is found not to conform to requirements. The organization shall take appropriate action on the equipment and any product affected. Records of the results of calibration and verification shall be maintained.? There shall be no additional maintenance charges, other than those specified herein, regardless of when the maintenance is performed, the time spent by maintenance personnel after arrival at the site ( or lodging while awaiting the arrival of additional maintenance personnel, equipment or delivery of parts), or for transportation to, or from, other sites. Overtime work, or work performed outside of normal business hours, are not included in this order. The Vendor is cautioned to not exceed the amount specified herein, without prior approval of the Contracting Officer via the DGR. Failure to comply with this requirement shall result in invoice rejection, or reduction of the invoiced amount to the allowed amount. The Contractor shall ensure that all personnel involved in the scope of this work order are aware of the monetary limitations. In the event the Vendor is confronted with uncertainty related to performance, or has knowledge of a necessity that has not been previou sly identified within the limitations of this procurement, they are instructed to immediately notify the Designated Government Representative (DGR). The period of performance will be as follows with the billing being made biannually in arrears. Support plans may be terminated by either party with a 30 day prior written notice. In the event of the unavailability of the DGR, and clarification or modification of this order shall neither be implied or indicated; The contractor shall NOT undertake any additional actions without the receipt of written approval from the Contracting Officer. Equipment Location: Naval Air Depot, NAS North Island Bldg. 469N, Materials Engineering Laboratory Area Point of Contact: S.J. Wong McKellips, (619) 545-6020. The work order will be served by bi-annual billing, in arrears. Additionally, support plans may be terminated upon thirty (30) days prior written notice, by either party. CONTRACTOR Upon award, the Contractor shall submit to the Fleet Readiness Center SW, Security Department, Code 6.5.2., a Company letter requesting site clearance for all maintenance personnel. The letter shall include the names (s), date (s) of birth, place(s) of birth, procurement number, and procurement commencement and end date. The letter shall be required within five (5) working days following receipt of this order, by the Contractor. Additionally, the Contractor shall send a copy of the clearance request to the Government?s DGR: Sandi Wong McKellips, Naval Air Depot, Code 434, Bldg. 469 N, San Diego, CA 92135-7058. This solicitation incorporate the following FAR and DFARS Clauses Provisions: 52.204-7 Central Contractor Registration (JUL 2006). 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006). 52.212-3 Offeror Representations and Certifications-commercial Items (MAY 2004.) 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005.) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial items (SEP 2005.) with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553.) (2) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)(Pub.I.108-77.108-78.);(b)52.222-3 Convict Labor (JUNE 2003) (E.O. 11755.) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O.13126. 52222-21 Prohibition of Segregated Facilities(FEB 1999.) 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246.) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era; And Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212.) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793.) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era. And other Eligible Veterans (SEP 2006)(38 U.S.C. 4212.) 52.225-13Restrictions Certain Foreign Purchases(FEB 2006)(E.O.S. proclamations, and statues administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)(31U .S.C. 3332.) 252.204-7004 Alt A Required Central Registration Alternate A (NOV 2003.) 252.225-7002 Qualifying Country Subcontractors (APR 2003.) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated by reference (FEB 1998.) 252.212-7001 Contract Terms and Conditions Required Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006.) with DFARS Clauses incorporated in reference (b)(4) 252.225-7001 Buy American and Balance of Payment program (JUN 2005(41 U.S.C. 10a-10d.E.O. 10582 and (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006)(10 U.S.C.2227.) 52.217-8 Option t Extend Services (NOV 1999); 52.222-48 Exemption from Application of Service Contract Act (Aug 1996); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984); 52.237-3 Continuity of Services (JAN 1991.)
 
Web Link
Link for NECO website
(https://www.neco.navy.mil)
 
Record
SN01421882-W 20070928/070926224434 (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.