Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOLICITATION NOTICE

J -- Preventive and Emergency Repair of Zeiss Ultra 55 Field Emission Electron Microscope

Notice Date
10/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, Bldg 1, 2nd Floor 937 N. Harbor Drive, Suite 212, San Diego, CA, 92132-0212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00244-08-T-0004
 
Response Due
10/9/2007
 
Archive Date
10/24/2007
 
Point of Contact
Catherine Winkler, Contract Specialist, Phone 619-532-2557, - Catherine Winkler, Contract Specialist, Phone 619-532-2557
 
E-Mail Address
catherine.winkler@navy.mil, catherine.winkler@navy.mil
 
Description
This is a combined synopsis/ solicitation for a commercial service prepared in accordance with the format in FAR subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. The Fleet and Industrial Supply Center (FISC) San Diego, CA intends to award a Firm Fixed Price definitive contract to the offeror who is low priced, technically acceptable. The contractor shall provide service and maintenance of a Government-owned Zeiss Ultra 55 field-emission electron microscope and all associated hardware located at the Fleet Readiness Center Southwest (FRCSW), Bldg. 469-S, PO Box 357058, NAS North Island, San Diego, CA 92135-7058. The requirement is for a firm fixed price services contract with a period of performance of one year, plus one option year. The applicable NAICS code for this action is 811219 and a size standard of $6.5m in revenue. The proposed contract action is for commercial services and will be negotiated on a sole source basis with Zeiss SMT. The following is not a request for competitive proposals. This statement identifies necessary services and materials to provide unlimited onsite/ on-call emergency repair and preventive maintenance of the Zeiss Ultra 55 Field Emission Electron Microscope, and all related ancillary components. The vendor must have full knowledge of the referenced equipment, must be able to perform all work in compliance with the manufacturer?s technical specifications, current commercial practices and in accordance with this statement of work. Maintenance costs shall include all labor, travel, equipment, and parts. Following the notification of equipment failure, the vendor shall provide telephone technical assistance within four hours. The date and time shall be noted in a trouble call log to reflect all maintenance calls, and any exceptions as stipulated therein by the Designated Government Representative (DGR). In the event that full operational capability is not achieved via the telephone assist, a qualified field technician shall be onsite within 72 hours following the initial call after the failure of the telephone assist. Unlimited emergency services shall be provided Monday through Friday (excluding Federal holidays) during the hours of 8:00 a.m. to 4:00 p.m. PST. The vendor shall make all repairs to the extent necessary (as determined by full functional verification with the end user present) to ensure a functional system, which efficiently serves its intended purpose. Performance completion shall be achieved within 72 hours following the arrival of the field technician. The only exception to this requirement shall be for extenuating circumstances, which are considered beyond the immediate control of maintenance/ service personnel, and to be reasonable or prudent within industry standards. Additionally, the vendor shall perform a minimum of two routine preventive maintenance inspections during the contract period. The date and time of the preventive maintenance inspections shall be determined by mutual agreement between the DGR and the vendor. The vendor shall provide all test equipment, including but not limited to: tools, diagnostic and alignment devices, meters, hardware and software needed to perform the work. In the event the DGR does not call to set up a preventive maintenance inspection, the maintenance shall be accomplished within the last 4 months of the contract period. The DGR and the Contracting Officer are the only Government representatives that are authorized to place service calls for preventive maintenance and on-site emergencies. The end-user is authorized to call for telephone assistance. Following each site visit, the vendor shall provide the Government with a detailed Maintenance Service Report. The report shall include, but is not limited to, date and time notified, date and time of arrival, technician name, type/ model/ serial number of service equipment, time spent on repair, description of malfunction, parts replacement list, time required to acquire parts, general procedure to attain functionality, comments on cause of malfunction, date and time system/ equipment returned to full operational functionality, and an attached legible record of ?as received? and ?after calibration? readings. There shall be no additional maintenance charges, other than those specified herein, regardless of when the maintenance is performed, the time spent by maintenance personnel after arrival at the site (or lodging while awaiting the arrival of additional maintenance personnel, equipment, or delivery of parts), or for transportation to, or from, other sites. Overtime work, or work performed outside normal business hours, is not included in this order. The vendor is cautioned to not exceed the amount specified herein, without prior approval of the Contracting Officer via the DGR. The vendor shall ensure that all personnel involved in the scope of this work order are aware of the monetary limitations. In the event the vendor is confronted with uncertainty related to performance, or has knowledge of a necessity that has not previously been identified within the limitations of this procurement, they are instructed to immediately notify the DGR. The DGR and his/ her point of contact information will be announced upon contract award. In the event of the unavailability of the DGR, and clarification or modification of this order is neither indicated nor implied, the vendor shall not undertake any additional actions without the receipt of written approval from the contracting officer. CONTRACT LINE ITEM NUMBERS (CLINs) 0001 Annual Service Maintenance Agreement for the Zeiss Ultra 55 Field Emission Electron Microscope and related ancillary equipment, at the Fleet Readiness Center Southwest (FRCSW). Performance for 1 year beginning 01 November 2007 through 30 September 2008. Contractor shall provide a biannual service price. 1001 Annual Service Maintenance Agreement for the Zeiss Ultra 55 Field Emission Electron Microscope and related ancillary equipment, at the Fleet Readiness Center Southwest (FRCSW). Optional performance for 1 year beginning 01 October 2008 through 30 September 2009. Contractor shall provide a biannual service price. CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFARS provisions, see http://farsite.hill.af.mil/. FAR 52.202-1 Definitions 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (ALT. I) FAR 52.204-7 Central Contractor Registration FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (ALT. 1) 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, applies with the following applicable clauses for paragraph (b): FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-5, Trade Agreements; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.216-1 Type of Contract filled in with ?firm fixed price.? FAR 52.222-3 Convict Labor FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 ? Restrictions on Certain Foreign Purchases FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-17 Interest FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop Work Order FAR 52.243-1 Changes ? Fixed Price FAR 52.246-4 Inspection of Services?Fixed Price FAR 52.247-34 F.O.B. Destination FAR 52.249-2 Termination for Convenience of the Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004ALT A Required Central Contractor Registration DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representation and Certifications ?Commercial Items 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 (a): FAR 52.203-3 Gratuities, and the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252-225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of supplies By Sea) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report Contact the Contract Specialist for the full text of Local Clauses at catherine.winkler@navy.mil Local Clauses L-331 Review of Agency Protests and L-332 Unit Prices The Government intends to make a single award. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. All responsive offers must be received no later than October 9, 2007 at 12:00 p.m.
 
Place of Performance
Address: Fleet Readiness Center Southwest, Naval Base Coronado, P.O. Box 357058, San Diego, CA 92135-7058
Zip Code: 92135-7058
Country: UNITED STATES
 
Record
SN01427007-W 20071004/071002224141 (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.