Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

J -- Forklift Preventive Maintenance Agreement

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
10-223-SOL-00052
 
Archive Date
3/23/2010
 
Point of Contact
Howard Nesmith, Phone: (870) 543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 10-223-SOL-00052. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industry Classification System (NAICS) Code is-811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; Small Business Size Standard is $7.0 million dollars. Offerors are responsible for delivery in person, by mail, fax, e-mail or delivery providers their completed proposal and any additional documents before 1:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on March 8, 2010 at the Food and Drug Administration, OC/OSS/OFFAS, 3900 NCTR Road, Jefferson, AR 72079-9502. When appropriate, Offerors should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith @ (870) 543-7459, FAX (870) 543-7990, e-mail howard.nesmith@fda.hhs.gov. The Food and Drug Administration is soliciting for an Annual Forklift Preventive Maintenance Agreement. Period of Performance shall consist of One – One Year Base Period and Four Optional One Year Periods. Please provide a quote for each year on the attached Price Schedule. Base Period of Performance One Year: 03/01/2010 - 02/28/2011 1st Option Period of Performance One Year: 03/01/2011 - 02/29/2012 2nd Option Period of Performance One Year: 03/01/2012 - 02/28/2013 3rd Option Period of Performance One Year: 03/01/2013 - 02/28/2014 4th Option Period of Performance One Year: 03/01/2014 - 02/28/2015 Description of Work All work shall be performed in accordance with the following terms and conditions, which shall be incorporated as part of any resulting purchase order. Preventive Maintenance: All preventive maintenance as identified in the attached Price Schedule shall be coordinated/scheduled through the Project Officer and shall be performed 6 times a year, bimonthly; beginning 03/1/2010 through 02/28/2011. *** USE THE ATTACHED PRICE SCHEDULE FOR SUBMITTING YOUR QUOTE *** Preventive Maintenance shall include the following services: A. Check power steering and differential oil level B. Check hydraulic system C. Inspection upright rail pattern and chains D. Operational check on brakes, horn, etc. E. Visual Inspection of tires, oil leaks, chains, etc. F. Check ignition wires G. Check distributor caps, rotor, points and lubricate cam H. Inspect brake master cylinders, rod ends, anchors for proper alignment I. Blow out radiator core J. Clean grease fittings and replace filters K. Clean air filters, inspect all hoses and connections L. Check radiator coolant levels, fan belts, blades and connections M. Check all battery, fill, and clean all terminals The purchase order will establish a not to exceed value for all repair service including materials. The contracting officer must approve any repairs exceeding the total amount authorized in the order. Personnel authorized to order repairs will be established at contract award. Only new or rebuilt parts shall be used for repairs and all standard warranties and guaranties shall apply to all new and rebuilt parts. The Project Officer must approve rebuilt parts. There is no guaranteed minimum or maximum order in regard to repair services, hauling and parts. Contractor shall be paid for only the actual repairs on a time and material basis at the fixed hourly rates identified above. Hauling The numbers of hauls for off-site shop jobs for maintenance on the lift trucks are estimated at 7 round trips and may be exceeded only with the approval of the Project Office. FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. The following clauses also will apply to this acquisition. 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days prior to the start of the next Option. 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/10-223-SOL-00052/listing.html)
 
Place of Performance
Address: U.S. Food & Drug Administration, National Center for Toxicological Research (NCTR), 3900 NCTR Rd, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02074421-W 20100226/100224235803-59c6f1f34129efd42f0cfb6d64325364 (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.