Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2009 FBO #2868
SOLICITATION NOTICE

J -- Annual Maintenance for two IVD systems

Notice Date
9/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883609T0393
 
Response Due
10/8/2009
 
Archive Date
11/8/2009
 
Point of Contact
Linda Nelson 904-542-1077
 
E-Mail Address
Business Email
(linda.f.nelson@navy.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-09-T- 0393 applies and is issued as a Request for Quotation. This procurement is set aside for small business purposes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 334516 and the business size standard is 500. Fleet Contracting Center plans to procure the following: Annual maintenance service contract for two idv systems, located at NAS Jacksonville, Fl. To be performed in accordance with statement of workStatement of WorkMaintenance Service ContractIon Vapor Deposition Systems Scope: Perform scheduled and emergent maintenance on two IVD (Ion Vapor Deposition) Systems located at the Fleet Readiness Center Southeast (FRCSE), Naval Air Station, Jacksonville, Florida 32212 0016, Building 794. The IVD Plant Account Numbers are 65886 011434 and 65886-014437. Levels of Service: 1. Scheduled Maintenance - Perform standard OEM recommended preventive/scheduled maintenance, calibration and system inspection twice a year (every six months). This portion of the contract will be Fixed Price (FP). 2. Emergent Maintenance - Perform emergent (emergency) maintenance as required with a response time as shown below. The government will pay for services according to the vendor price schedule. This portion of the contract will have a Not To Exceed (NTE) amount and will be indefinite quantity/indefinite delivery (ID/IQ). Response Time - Maintenance personnel will be onsite within 3 business days from initiation of service call. 3. Parts - Provide system parts as required to support maintenance efforts. Parts will be ordered by the OEM Service Technician or listed FRCSE POCs. This portion of the contract will have a Not To Exceed (NTE) amount and will be indefinite quantity/indefinite delivery (ID/IQ). Performance Period: One year with the option to extend the contract for one year. Start Date: ASAP 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and! Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M, October 8, 2009. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111 Telephone 904-542-1077.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883609T0393/listing.html)
 
Place of Performance
Address: Naval Air Station, Jacksonville, FL
Zip Code: 32222
 
Record
SN01975452-W 20091001/090930002041-603de6395b20e265dadd40c0b9883876 (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.