Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOLICITATION NOTICE

66 -- LIQUID NITROGEN FREEZERS

Notice Date
7/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S609T0046
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Dayna Parkin, 435-831-2589<br />
 
E-Mail Address
ACA, Dugway Proving Ground
(dayna.parkin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of liquid nitrogen freezer maintenance support consisting of the following: (a) CLINs 0001, 1001, 2001, 3001, and 4001 (NOTE: The service for CLIN 0001 will only be for a six (6) month base year period, while the service for CLINs 1001, 2001, 3001, and 4001 will each be for a twelve (12) month option period.): Non-personal service to provide preventative maintenance for six (6) each liquid nitrogen freezers in accordance with the manufacturers recommended preventative maintenance requirements. The Cryometrix Model number for the 6 Liquid Nitrogen Freezers to be maintained is T150-LN2-5-24-SD6R. The serial numbers [and Government Bar Codes (BC)] for the 6 Liquid Nitrogen Freezers to be maintained are as follows: 01-00003 (BC 101674), 01-00004 (BC 101641), 01-00005 (BC 010673), 01-00006 (BC 1010671), 01-00007 (BC 101672), 01-00008 (BC 101640). The number of freezers covered by the Preventative Maintenance may change during the term of the contract as the manufacturers commercial warranty period expires on new units. Preventative Maintenance shall not occur on new units until negotiated and authorized by the Contracting Officer. The unit price shall include all costs (Labor, Travel, Parts, and all other expenses) Required for the Preventative Maintenance; (b) CLINs 0002, 1002, 2002, 3002, and 4002 Twelve (12) each (EA): Non-personal service to perform Initial Assessments for each Emergency Call-Out to ascertain the level of effort and price required to conduct repairs, outside the manufacturers recommended Preventative maintenance requirements (Refer to CLINs 0001, 1001, 2001, 3001, and 4001) on any one of the six (6) Liquid Nitrogen Freezers. The Cryometrix Model Number for the 6 Liquid Nitrogen Freezers to be maintained is T150-LN2-5-24-SD6R. The serial numbers [and Government Bar Codes (BC)] for the 6 Liquid Nitrogen Freezers to be maintained are as follows: 01-00003 (BC 101674), 01-00004 (BC 101641), 01-00005 (BC 010673), 01-00006 (BC 1010671), 01-00007 (BC 101672), 01-00008 (BC 101640). The contractor shall submit an assessment report to both the Contracting Officers Representative and the Contract Administrator after the Assessment. The report shall include a description of the problem; Necessary measures to repair the Freezer(s) and an itemized Firm-Fixed price proposal to include all the costs necessary for the required repairs. No Emergency repairs shall be completed until the Contracting Officer provides a notice to proceed to the Contractor. The unit price for the Assessment shall include all costs (Labor, Travel, any all other expenses) required for the on-site Assessment. The number of Freezers covered by this CLIN may change during the term of the contract as the manufacturers commercial warranty period expires on new units. Assessments shall not occur on new units until negotiated and authorized by the Contracting Officer; (c) CLINs 0003, 1003, 2003, 3003, and 4003: Non-Personal Service to perform Emergency Repairs as identified in the Contractors Assessment Report (Refer to CLIN 0002). Emergency repairs shall not begin until a notice to proceed has been provided by the Contracting Officer. (d) CLINs 0004, 1004, 2004, 3004, 4004: Manpower Reporting Elements. Note: This is a notice of intent to negotiate on a sole source basis with Cryometrix, Inc., 2526 Qume Drive Unit 18, San Jose, CA, 95131-1870. Pursuant to 10 U.S.C. 2304 (c) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-09-T-0046. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items; 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; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option To Extend The Term of the Contract; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; 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 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employees Rights Concerning Payment of Union Dues or Fees; FAR 52.222-48, Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; FAR 52.247-34, F.O.B. destination; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7010, Levies on Contract Payments; FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.227-7015, Technical DataCommercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea; FAR 52.204-7, Central Contractor Registration; DFARS 252.204-7004 Alt A, Central Contractor Registration; and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. The following local clauses apply to this solicitation: Foreign Visitors/Employees; Normal Work Hours; Location of U.S. Army Dugway Proving Grounds; Safety and Accident Prevention; Maintenance Agreement Terms; Service During Normal Work Hours; Contractor Access to DPG; Department of the Army Personnel Reporting System; Legend of Acronyms and Brevity Codes; Notice to Offerors Use of Class I Ozone Depleting Substance; and AMC Level Protest Program. All quotes must be emailed to Dayna Parkin at Dayna.Parkin@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Dayna Parkin at Dayna.Parkin@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Wednesday, 15 July 2009 at 10:00 AM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ19/W911S609T0046/listing.html)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
Zip Code: 84022-5000<br />
 
Record
SN01867244-W 20090709/090708000658-c5a384d6c71f067c52a7136eef71de34 (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.