Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

J -- Full Maintenance/Repair (Noritsu Color Film/Paper Processors.

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T1136
 
Response Due
9/12/2003
 
Archive Date
10/12/2003
 
Point of Contact
Evangeline Rodriguez 619-532-2684 Evangeline Rodriguez, Contracting Officer, 619-532-2684
 
Description
DESC: IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitation issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http;//ccr.edi.disa.mil for information. FISCSD intends to issue a sole-source purchase order to Noritsu America Corporation, 6900 Noritsu Avenue, Buena Park CA90622-5039. The purchase order will provide on site support of the Fleet Imaging Command Pacific. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combine synopsis and solicitation for Fleet Imaging Command Pacific, the agency needs the following: Necessary services and material to maintain and repair the following Government-Owned Equipment in accordance with factory specification. Period of Performance 1 October 2003 - 30 September 2004. Includes all of the following features: 1. One year?s supply of 35MM Printer Control Negative (NORAS/BENS sent four (4) Months apart. 2. Secured access to a Toll Free ?800? Hotline number for Technical Support. 3. One case of Chemical Filters 4. Four (4) Preventive Maintenance (PM) calls per Year, up to three Hours per call (US only) (Outside US 2 PM) 5. All parts required for repair excluding consumable and/or expandable items. 6. All priority freight charges for parts required for repair. 7. All labor required for repair 8. Labor performed from 8 AM To 5 PM Weekdays, excludes week ends and national Noritsu holidays. Full Service Maintenance Noritsu Color Film/Paper Processors One each Model QSS-2901SM Serial # 19940196 One each Model QSF-V30SM Serial # 18331149 One each Model ECS-2000U Serial # 17140043 LOCATION: Fleet Imaging Center Pacific Japan Bldg 1997 King Street Naval Station Yokosuka Japan One each Model QSS-2301SM Serial # 19940184 One each Model QSF-V30SM Serial # 18430166 One each Model ECS-2000U Serial # 17140066 LOCATION: Fleet Imaging Center Pacific Pearl Harbor 1025 Quincy Avenue Suite 900 Pearl Harbor, HI 96860-4512 POC: PHC Stadelman, 808-471-8667/8668 One each Model QSS-1501ZU Serial #13521004 One each Model QSF-430-3U Serial # 11041921 LOCATION: Fleet Imaging Facility Pacific Everett 200 West Marine Drive Naval Station Everett Everett, WA 98207 POC: PHI (AW) Rancort, 425-304-3571 One each Model WSS-2701SM with Components Model MP-1600SM Serial# 19520194 Model SI-2000 Serial# 19500253 Model ECS-2000U Serial# 17140067 LOCATION: Fleet Imaging Facility Pacific Lemoore 001 K Street Naval Air Station Lemoore Lemoore, CA 92345 POC: PHC Renner, 559-998-1126 One each Model QSS-2901SM with Components One each Model QSF-V30SM Serial# 18330586 One each Model MP-1600SM Serial#19500234 Model SI-2000 Serial# 19500238 Model ECS-2000U Serial#17140023 LOCATION: Fleet Imaging Center San Diego Bldg 251 Saufley Street Naval Air Station North Island San Diego, CA 92135 POC: PHC Cooke, 619-545-1154 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. The standard industrial code is 5043 NAICS Code 333315. The provisions of FAR 52.212-1, Instructions to Offer-commercial Items applies. Offerors are required to complete and include a copy of the following provisions with their proposals; FAR 52.212-3, Offeror Representation and Certification-Commercial Item, and FAR 52.222-48, exemption from application of Service Contract Act Provisions for Contracts for maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or office and Business Equipment-Contractor Certification. Clause 52.212- 4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5 material Requirement; 52.232-18, availability of funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items 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 Vietnam Era; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001, Buy American Act and Balan ce of payment Program, 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. Provisions 52.212-2, Evaluation-commercial Items, applies with 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 provide references from at least three (3) current, major accounts where the contractor provides the same or similar services on the equipment outlined herein, and/or evidence of OEM certification as an authorized, factory-trained facility. All information requested in this announcement and in the instructions at FAR 52.212-1 must be included. Also be sure to include your company?s Cage Code, and DUN S, and TIN numbers and mailing remittances addresses. The RFQ will be available for download at the following Internet address: http://www.neco.navy.mil. All correspondence will be conducted via email at the following address: evangeline.rodriguez@navy.mil. Quotes must be received no later that RFQ due date on the RFQ. Quotes must be fax at (619-532-2347).
 
Record
SN00425635-W 20030906/030904213552 (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.