SOLICITATION NOTICE
Z -- Deionized Water Maintnenace Services
- Notice Date
- 5/4/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6338704RC052
- Response Due
- 5/11/2004
- Archive Date
- 6/10/2004
- Point of Contact
- Brian O'Donnell 619-532-3445 Brian O'Donnell, Contract Specialist, Phone: 619-532-3445, Email: brian.odonnell@navy.mil
- E-Mail Address
-
Email your questions to Click here to contact the Contract Specialist
(brian.odonnell@navy.mil)
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22. This Procurement is issued as a unrestricted. The agency need (Navy Public Works Center, San Diego) is to provide maintenance services for de-ionized water systems in accordance with the following CLINs. CLIN 0001 Maintenance Services for de-ionized water system: QTY: 12 Months Monthly (12) maintenance and rental of de-ionized water system equipment including: Two EA .6 FT 3 Mixed Bed Units Exchange Two E A 3.6 FT 3 Mixed bed Units Exchange One EA Sl-1 UV Sterilizer Replacement Lamp (with provisions for annual replacement included). Two EA 5Ux20? Micron Pre-Filters Two EA 0.2Ux20? Micron Final Filter (with provisions for exchange very 3 years included) Vendor is to change tanks and perform mixed bed replacement and filter replacement when needed.; service quality monitor; end user would be authorized to call vendor for delivery of de-ionized water when needed; vendor to deliver within 24 hours after receiving call Deliver to: Industrial Waste Treatment Plant, Code 910 Building M9, Naval base Coronado, San Diego, CA 92135 Government POC: Allen Hollander Phone: 619-545-6005 CLIN 0002 Maintenance Services for De-ionized Water System; Qty: 12 Months Monthly (12) de-ionized water service for metal finishing branch Service for 5 beds of de-ionized water Building A-34 re quires monthly service for four beds Building A-44 requires service twice a year for one bed Government POC: Gary Clare Phone: 619-553-5280 CLIN 0003 Maintenance Services for De-ionized Water De-ionized Water for Building 1 and Building 14 at Nava Medical Center San Diego Cation: 14 EA Anion: 14 EA Mixed Bed: 36 EA Chlorine Carbon 3.61 CU FT: 14 EA Mixed Bed Nuclear Grade; 8 EA Ultra Violet; 8 EA Resin Polishers 4/BT (Bldg 1 Only) Deliver to: Naval Regional Medical Center San Diego CA 92134 Government POC: Ron heard Phone: 619-532-6141 The requirement is for a firm-fixed price type contract with a base year and 4 1-year Option Periods. Contractor is required to provide corresponding option year prices for CLIN 0001-0003. Contractor is to provide a monthly price breakdown for each CLIN. Contractor is required to provide a technical plan explaining how they wi ll meet the technical specifications and also a statement on its delivery schedule. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation (including potential site visits, if requested) are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warran ty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial 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; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Condi tions Required To Implement Statues 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 DFARS 252.225-70001 Buy American Act and Balance of Payment Program. 52.244-6 Subcontracts for Commercial Items. DFAR 252.204-7004 Required Central Contractor Registration, applies to all soli citations issued on or 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 on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignee?s Premises. 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. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 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 furnish product literature that demonstrates that the offeror can meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and 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 services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, 11 May 2004 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). 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 addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
- Web Link
-
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN00579840-W 20040506/040504212711 (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 |