Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

36 -- SERVICE CONTRACT PREVENTIVE AND ON-CALL MAINTENANCE

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-T-0112
 
Response Due
7/20/2006
 
Archive Date
9/18/2006
 
Small Business Set-Aside
N/A
 
Description
1. Class Code: 36 2. NAICS Code: 334519 3. Subject: SERVICE CONTRACT PREVENTIVE MAINTENANCE 4. Solicitation Number: W911QX 06-T-0112 5. Set-Aside Code: N/A 6. Response Date: 20 July 2006 7. Place of Performance: AMSRD-ARL-WM-BD, US ARMY RESEARCH LABORATORY SHIPPING AND RECEIVING ABERDEEN PROVING GROUNDS BLDG 434 APG MD 21005-5001 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a writt en solicitation will not be issued. The solicitation number is W911QX 06-T-0112. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. The proposed contract action is for suppl ies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of i ntent is not a request for competitive proposals. However, all proposals received within (5) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract bas ed upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This acquisition is a sole source to FEI COMPANY 5350 NE DAWSON CREEK HILLSBORO OR 97124-4579 in accordance with FAR 6.302-1. The associated NAICS code is 334519. Place of Performance: AMSRD-ARL-WM-BD, US ARMY RESEARCH LABORATORY SHIPPING AND RECEIVING ABERDEEN PROVING GROUNDS BLDG 434 APG MD 21005-5001 and as outlined in the Description of requirements. 2. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option (s), if applicable): CLIN 0001 SERVICE CONTRACT PREVENTIVE AND ON-CALL MAINTENANCE IN ACCORDANCE WITH ATTACHED SOW. CLIN 0002 CONTRAC TOR MANPOWER REPORTING The Contractor shall report in accordance with the Statement of Work paragraph entitled, Contractor Manpower Reporting, for Requesting Activity UIC W262AA. CLIN 0003 OPTION ADDITIONAL 1 YEAR RENEWAL OPTION. CLIN 0004 ADDITIONAL 2N D YEAR RENEWAL OPTION. CLIN 0005 ADDITIONAL 3RD YEAR RENEWAL OPTION. CLIN 0006 ADDITIONAL 4TH YEAR RENEWAL OPTION. 3. Description of requirement: STATEMENT OF WORK C.1. DESCRIPTION OF SERVICES. The Contractor shall provide annual as-needed maintenance and annual preventive maintenance, to include all the labor, travel, living expenses and major parts maintenance and replacement coverage for the XL30 ESEM and compon ents in a manner consistent with FEI standard coverage and parts coverage that will ensure continuous and safe operation. The equipment is located at the Aberdeen Area of the Aberdeen Proving Ground, MD. Following is a list of systems components: XL30 environmental Scanning Electron Microscope: SN D1535 5235XL Backscatter electron detector: SN D1535.1 5244XL Infrared Camera: SN D1535.2 5241XL Hardcopy Unit for XLs SN D1535.3. C.2. SERVICES PROVIDED BY CONTRACTOR: The contractor shall provide maintenance during business hours (Monday through Friday, 8:00am  5:00pm, as calculated based on the U.S. eastern time zone, exclusive of Federal government holidays. All labor, replacem ent parts and components (excluding consumables) provided by the contractor are warranted for a period of 90 (ninety days from that service visit completion date. 2.a) As-Needed Maintenance: The target response time for as-needed maintenance is 48 hours. The government will have the ability to request repair service by phoning the Vendor Customer Service Center. 2.b) Pre ventive Maintenance: The contractor shall provide two (2) scheduled maintenance visits, to be scheduled not less-than 5 working days in advance. All labor, replacement parts and components (excluding consumables) provided by the contractor are warranted for a period of 90 (ninety days from that service visit completion date). A list of routine consumable items that are expected to be supplied by the government, and available at the time of the scheduled maintenance visit, will be supplied to the governm ent not more than 1 month after the maintenance contract award. Maintenance visits will occur every six months, with the first visit occurring between 5 and 6 months after contract award. 3.) The contractor must be a U.S. citizen. C.3. CONTRACTING MANPOWER STATEMENT (Required by Army): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil . The required information includes: (1) Contracting Office, Contracting Offic er, Contracting Officer's Technical Representative; (2) Contract number, including task order and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number email address identify of contra ctor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Ser vice Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Re quiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unite d States and nearest city, country, when in an overseas location using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in thea ter this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 mo nths ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a forma t for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 4. The Contractor shall deliver to ATTN: AMSRD-ARL-WM-BD, US ARMY RESEARCH LABORATORY SHIPPING AND RECEIVING ABERDEEN PROVING GROUNDS BLDG 434 APG MD 21005-5001. Acceptance shall be performed at Aberdeen Proving Ground. The FOB point is Aberdeen Proving ground, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is not applicable to this acquisition. 5. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this a cquisition. The following addenda have been attached to this clause: N/A. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3; 52.219-6; 52.219-14; 52.2 22-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.232-33; 252.225-7012; 252.225-7014; 252.225-7001; 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply (xiv) This acquis ition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. 6. The following additional contract requirement (s) or terms and conditions apply: ARL Provisions: 52.004-4409;52.004-4411;52.032-4408;52.032-4418;52.004-4408;52.005-4401;52.011-4401, AMC-LEVEL PROTEST PROGRAM (APR 2006), US ARMY RESEARCH, DEVELOPMENT AND ENGINEERING COMMAND ACQUISITION CENTER (RDECOMAC)  ADELPHI CONTRACTING DIVISION WEBSITE. Provisions can be obtained at HTTP://w3.arl.army.mil/contracts/kosol.htm. 7. The following notes apply to this announcement: #22. 8. Offers are due on 20 July 2006, by 1200 Noon EST, at RDECOM Acquisition Center, Adelphi Contracting Division, ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197. (xvii) For information regarding this solicitation, please contact Natha niel Billups, 301-394-1945, Fax 301-394-2852 or email to nbillups@arl.army.mil. Email submission of solicitation is preferred.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01085766-W 20060712/060710220943 (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.