Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
SOLICITATION NOTICE

J -- SERVICE AND SUPPORT AGREEMENT

Notice Date
1/28/2008
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-08-Q-57270
 
Response Due
1/31/2008
 
Archive Date
2/15/2008
 
Point of Contact
Patricia Johnson, Purchasing Agent, Phone 410-762-6493, Fax 410-762-6008, - Nancy Dean, Contracting Officer, Phone 410-762-6461, Fax 410-762-6056
 
E-Mail Address
Patricia.R.Johnson@uscg.mil, Nancy.M.Dean@uscg.mil
 
Description
1. The United States Coast Guard (USCG) Engineering Logistic Center (ELC) intends to award a repair agreement for one base year with possible 4 option years for a Schlumberger S645 Automated Test Equipment System, Serial Numbers 48, 79, 128. The Schlumberger S645 is used by the U.S. Cost Guard Engineering Logistics Center to test printed circuit cards. Base period of performance is to be from date of award to 02/28/09. Option year 1 -03/01/09-02/28/10, Option year 2? 03/01/10-02/28/11, Option year 3- 03/01/11-02/29/12, Option year 4- 03/01/12 ? 02/28/13. Equipment is located at USCG ELC, 2401 Hawkins Point Road, Baltimore, MD 21226. Line item no. 1; Offeror shall provide a flat rate price for each system?s monthly repair/replacement. For this fixed, monthly fee, the USCG intends to turn in items for inspection/repair and receive a repaired replacement back within 5 days. Parts shall be shipped to USCG. Offeror shall provide a ?Not to Exceed? price for repairs that may be caused by negligence, willful abuse, fire , accident or abnormal cause. Offeror shall provide their loaded hourly labor rate and a price list for all possible parts needed. A Department of Labor(DOL) wage determination shall be incorporated in any order awarded as the result of this solicitation. Repairs shall be accomplished in accordance with OEM Standards and Procedures. Offeror shall provide a copy of their warranty terms with their quotation. It is the Government?s belief that only Diagnosis Systems, Inc., has the capability required to provide these services.
 
Place of Performance
Address: USCG ENGINEERING LOGISTIC CENTER, BLDG88A, ATE SECTION, 02L, 2401 HAWKINS PT ROAD, BALTIMORE, MARYLAND
Zip Code: 21226-5000
Country: UNITED STATES
 
Record
SN01493886-W 20080130/080128223301 (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.