Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2003 FBO #0577
SOLICITATION NOTICE

J -- Yearly maintenace of office equipment with options

Notice Date
6/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0807
 
Response Due
6/30/2003
 
Archive Date
7/30/2003
 
Point of Contact
Debby Gray 619-545-4378
 
E-Mail Address
Email your questions to Click here to contact buyer
(deborah.gray@navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This procurement is issued on an unrestricted basis. The Standard Industrial Code is 3861; NAICS 333315. The agency need is a yearly maintenance of three (3) Minolta reader printers, four (4) Canon reader printers, and two (2) Fujitsu scanners. The requirement is for a firm-fixed price order. The Period of Performance is the date of award through a period on year thereafter with two one-year options for the following items: CLIN 0001: Maintenance Agreement IAW Statement of Work, Base Year Subclin 0001AA Minolta Reader Printer, Model RP609Z, S/N 361228 Subclin 0001AB Canon Reader Printer, Model PC80, S/N 31085506 Subclin 0001AC Canon Reader Printer, Model PC70, S/N 32100850 Subclin 0001AD Canon Reader Printer, Model PC70, S/N 32100849 Subclin 0001AE Canon Reader Printer with Carrier, Model PC70, S/N 32100163 Subclin 0001AF Minolta Reader Printer Model, RP609Z, S/N 360815 Subclin 0001AG Minolta Reader Printer, Model ABR2000, S/N 3121144 Subclin 0001AH Fujitsu Scanners (2 each), Model M3097DG, S/N's 542 and 832 Subclin 0001AJ Fujitsu Scanner, Model M3096GX, S/N 223 CLIN 0002: Maintenance Agreement IAW Statement of Work, Option Year 1 Subclin 0002AA Minolta Reader Printer, Model RP609Z, S/N 361228 Subclin 0002AB Canon Reader Printer, Model PC80, S/N 31085506 Subclin 0002AC C anon Reader Printer, Model PC70, S/N 32100850 Subclin 0002AD Canon Reader Printer, Model PC70, S/N 32100849 Subclin 0002AE Canon Reader Printer with Carrier, Model PC70, S/N 32100163 Subclin 0002AF Minolta Reader Printer Model, RP609Z, S/N 360815 Subclin 0002AG Minolta Reader Printer, Model ABR2000, S/N 3121144 Subclin 0002AH Fujitsu Scanners (2 each), Model M3097DG, S/N's 542 and 832 Subclin 0002AJ Fujitsu Scanner, Model M3096GX, S/N 223 CLIN 0003: Maintenance Agreement IAW Statement of Work, Option Year 2 Subclin 0003AA Minolta Reader Printer, Model RP609Z, S/N 361228 Subclin 0003AB Canon Reader Printer, Model PC80, S/N 31085506 Subclin 0003AC Canon Reader Printer, Model PC70, S/N 32100850 Subclin 0003AD Canon Reader Printer, Model PC70, S/N 32100849 Subclin 0003AE Canon Reader Printer with Carrier, Model PC70, S/N 32100163 Subclin 0003AF Minolta Reader Printer Model, RP609Z, S/N 360815 Subclin 0003AG Minolta Reader Printer, Model ABR2000, S/N 3121144 Subclin 0003AH Fujitsu Scanners (2 each), Model M3097DG, S/N's 542 and 832 Subclin 0003AJ Fujitsu Scanner, Model M3096GX, S/N 223 PARTIES RESPONDING MUST PROPOSE PRICING FOR ALL ITEMS FOR ALL THREE YEARS. STATEMENT OF WORK: The Naval Aviation Depot requires an on-site/on-call maintenance agreement for the above referenced equipment to keep in good operating condition in accordance with manufacturer's technical specification. Maintenance is to include all labor, travel and parts with a 24-hour response time, Monday through Friday (excluding holidays). Contractor will perform a minimum of two (2) semi-annual preventive maintenance inspections per year on each piece of equipment and unlimited emergency repairs. The Naval Aviation Depot will contact the contractor when preventive maintenance is due to arrange for scheduling. Following each service call, the contractor is to submit a report within five business days to include the date and time of notification, a description of equipment malfunction, general description of parts replaced, and comments as to the cause of malfunction. The contractor shall comply with all security regulations. Upon award, a letter requesting site clearance for all maintenance personnel must be submitted to the Naval Air Depot security department. The letter shall include the employee's name, date of birth, place of birth, vehicle license number, clearance, contract number and contract commencement and end dates. The letter will be required within five (5) days after the contractor receives the order. Billing will be done quarterly in arrears. The following provisions appl y: FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications for Commerical Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications - Commercial Items and addendum clause DFARS clause 252.225-7035, Buy American Act North American Free Trade Agreement Implementation Act - Balance of Payment Program Certificate; FAR clause 52.212-4, Contract Terms and Conditions commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7 Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.217-5, Evaluation of Options; FAR 217-8, Option to Extend Services; 52.217-9, Option to Extend the term of the Contract with para (c) comple ted as follows: the total duration of this contract, including the exercise of options under this clause, shall not exceed three (3) years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DF ARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004, Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror or quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.232-34, Payment by Electronic Funds Transfer; 52.247-34, F.O.B. Destination. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation of Commercial Items applies paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must possess tech manuals and have technical knowledge of the different pieces of equipment. All responsible offerors are to submit current pricing, payment terms, cage code, Dunn & Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 3:00 PST, 30 June 03 and will be accepted via FAX at 619-545-2153. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the Internet from the following addre sses: http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Fleet & Industrial Supply Center web site
(http://www.sd.fisc.navy.mil)
 
Record
SN00359207-W 20030629/030627213837 (fbodaily.com)
 
Source
FedBizOpps.gov 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.