Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

J -- Maintenance Plan for a Fortus FDM 400 mc

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N62271 Naval Postgraduate School 1 University Circle Monterey, CA
 
ZIP Code
00000
 
Solicitation Number
N6227112Q2029
 
Response Due
4/26/2012
 
Archive Date
5/11/2012
 
Point of Contact
Jennifer Lee jllee@nps.edu 831-656-2034
 
E-Mail Address
NPS Contracting Specialist
(jllee@nps.edu)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial service and maintenance items prepared in accordance with the format in FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is N62271-12-Q-2029 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310. Naval Postgraduate School Systems Engineering Department Maintenance Plan for a Fortus FDM 400 mc S/N:T1180 The NPS Systems Engineering Department presently owns a Startasys Fortus FDM 400 mc S/N:T1180. A full maintenance and support plan is needed to be supported by a vendor authorized to maintain and support this vital piece of equipment. The FDM 400mc is a complex and sophisticated rapid prototyping machine. Vendor on-site repair is required in the event of a malfunction. Technical support is also required in the event of minor malfunctions or user assistance with the equipment or software. Technical Requirement Specifications The requirement is to provide a 1 year maintenance plan with 3 option periods that covers the below requirements. On-site repair On-site service (excluding consumables) Unlimited emergency service visits Preventive maintenance Software maintenance releases Hardware updates (excluding hardware upgrades) Unlimited new user training at vendor site Maintenance Contract will start 6/11/2012 for the period of 1 year and Option Periods of 3 years. In accordance with FAR 52.212-1(c), the offeror agrees to hold the prices in its offer firm for a period of 30 calendar days from the date of close of the solicitation, unless another time period is specified in an addendum to the solicitation. In accordance with FAR Clause 52.247-34, FOB Destination; Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. In accordance with FAR Clause 52.212-1(k), Central Contractor Registration, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (2 days from the close of the solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered offeror. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. In accordance with FAR clause 52.212-3(ALT I),EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Delivery Terms for replacement parts shall be clearly stated in your bid and shall be shown in terms of days or weeks after the receipt of the award. (i.e. 1 week ARO). The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, all clauses in paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-13, 52.232-33. FAR 52.247-34, FOB Destination; FAR 52.252-2, Clauses Incorporated by Reference. The following clauses are incorporated from the Defense Federal Acquisition Regulation: DFAR 252.212-7001, Contract Terms and Conditions and the following clauses within; 252.225-7001, 252.232-7003, 252.247-7024. DFAR 252.204-7004 Alternate A, Central Contractor Registration. In accordance with FAR clause 52.252-2, Clauses Incorporated by Reference; the full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In accordance with FAR clause 52.212-4(g), Contract Award. The Government intends to evaluate offers and award a contract without discussions with offerors. If offering the exact item as solicited then the offeror shall state EXACT in the seller provided description. If offering other than the exact item/brand as solicited then the offeror shall describe the manufacturer and part number of the "or equal" item being offered and shall attached documentation from the manufacturer that clearly shows that the item meets the characteristics of the solicited item. Vendor must also be registered in Wide Area Work Flow (WAWF) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. In accordance with FAR clause 52.211-6, Brand Name or Equal, in order for or equal offers to be considered for award, offerors must: 1) Meet the salient physical, functional, or performance characteristics specified in this solicitation; 2) clearly identify the item by brand name and make/model/part number; 3) Include descriptive literature such as illustrations, brochures, and/or drawings; 4) The contracting officer will evaluate "or equal" products on the basis of information furnished by the offeror or identified in the offer. The contracting officer is not responsible for locating or obtaining information not identified in the offer. 5) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following FAR / DFAR clauses are incorporated by reference: 52.204-7Required Central Contractor RegistrationAPR 2008 52.204-10Reporting Executive Compensation and First-Tier Subcontract AwardsJUL 2010 52.212-1Instructions to Offerors- Commercial ItemsJUN 2008 52.212-4Contract Terms and Conditions- Commercial ItemsJUN 2010 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports MAR 2008 The following Clauses are applicable to this requirement: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor ™s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. 3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause ” (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (End of Clause) Contracting Office Address: Naval Postgraduate School Contracting Department Jennifer Lee Contracting Specialist Phone: (831-656-2034) E mail: jllee@nps.edu Place of Performance: Contractors Location On-site maintance and replacments parts to be at NPS Naval Postgraduate School Systems Engineering Department Monterey, CA 93943
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f334c293e4000aef35df9d1e4cf1e92c)
 
Record
SN02720132-W 20120414/120412234634-f334c293e4000aef35df9d1e4cf1e92c (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.