SOLICITATION NOTICE
J -- Preventive Maintenance Service on Minolta Reader-Printer and Aperture Card Feeder
- Notice Date
- 9/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412T0396
- Response Due
- 9/22/2012
- Archive Date
- 10/7/2012
- Point of Contact
- Jose Neto (619)556-7739
- E-Mail Address
-
jose.neto@navy.mil
(jose.neto@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-12-T-0396. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-57 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisition.gov/comp/far/ and http://www.acq.osd.mil/dpap/dars/dfars/. The NAICS code is 811213 and the Small Business Standard is $10M. This is a competitive, unrestricted action. The NAVSUP FLC San Diego requests responses from qualified sources capable of providing: CLIN 0001: PREVENTATIVE MAINTENANCE (4 QTRS) FFP SEMI-ANNUAL PREVENTATIVE MAINTENANCE AND EMERGENCY REPAIRS IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK FOR (1) EACH READER-PRINTER RP609Z (S/N: 3612280) (1) EACH APERTURE CARD FEEDER ACF2 (S/N: 610972) This CLIN will be served by monthly payments in arrears. CLIN 1001: PREVENTATIVE MAINTENANCE (4 QTRS) “ OPTION YEAR 1 FFP SEMI-ANNUAL PREVENTATIVE MAINTENANCE AND EMERGENCY REPAIRS IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK FOR (1) EACH READER-PRINTER RP609Z (S/N: 3612280) (1) EACH APERTURE CARD FEEDER ACF2 (S/N: 610972) This CLIN will be served by monthly payments in arrears. CLIN 1001: PREVENTATIVE MAINTENANCE (4 QTRS) “ OPTION YEAR 2 FFP SEMI-ANNUAL PREVENTATIVE MAINTENANCE AND EMERGENCY REPAIRS IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK FOR (1) EACH READER-PRINTER RP609Z (S/N: 3612280) (1) EACH APERTURE CARD FEEDER ACF2 (S/N: 610972) This CLIN will be served by monthly payments in arrears. The period of performance is October 1st, 2012 through September 30th, 2013. The performance location is Naval Air Station (NAS) North Island (NI) San Diego, CA. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 1.0 General Instructions: The quote that, in the discretion of the Contracting Officer, meets all of the minimum technical requirements and provides the lowest price for the required services will be awarded a contract. 1.1 Each quote is presumed to represent the quoters best efforts to comply with the solicitation requirements and provide the best price. Clarity and completeness of the quote are of the utmost importance. The quote must be written in a practical, clear, and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. 1.2 The quote must convey evidence of understanding of the RFQ; preventive maintenance requirements, the minolta reader-printer and Aperture Card Feeder, and their interrelationships. It must demonstrate the quoter ™s familiarity with the detailed aspects of the requirements, and clearly show that the quoter correctly interpreted all of the requirements. Quoters are cautioned against simply stating they can manufacture the cable assemblies. And must provide a concise, clear, and descriptive narrative technical approach (not to exceed one page) how they provide the preventive maintenance service. Statements such as "the quoter understands" are inadequate. The use of phrases such as "standard practices" (with a specific Government reference or industry reference) does not reflect the quoter understands the requirements and will likely not result in a satisfactory technical evaluation. Submitting the quoter ™s own terms and conditions is not acceptable and will likely be evaluated as non-responsive. 1.3 All quoters must fully comply with these instructions and address all solicitation requirements to be eligible for award. As such, quoters that take exception to any term or condition of this RFQ, propose any additional term or condition, or omit any required information, may not be considered for award. For purposes of this procurement, multiple offers will not be considered. 1.4 The quote should be complete as submitted, and not include references to data or information previously submitted. Data previously submitted to the Navy, if any, will not be incorporated śby reference ť into the quote and will not be considered in the evaluation of the quote. 1.5 At the Government ™s discretion, quotes may be incorporated into the final contract, either in whole or in part. 1.6 Questions regarding any aspect of this procurement must be submitted in writing via email only, and addressed to jose.neto@navy.mil. Other methods of submitting questions are not authorized and will not be acknowledged, i.e., phone calls will not be accepted. The subject line of all email correspondence must state RFQ N00244-12-T-0396 QUESTION(S) in the subject line. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 1 days of the closing date may not allow for ample time to respond and quoters cannot be guaranteed a response will be issued. Quoters should anticipate that questions and responses will be posted for viewing by all other potential quoters. Answers of themselves do not constitute revisions to the RFQ. Any revision to the RFQ as a result of questions and answers must be done via an amendment to the solicitation. 1.7 It is the quoter ™s responsibility to ensure all electronic media are readable by the Government. All quotes must be emailed to jose.neto@navy.mil by solicitation close date and time. All Contract Line Item Numbers (CLINs) shall have a firm-fixed unit price and total price. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) TECHNICAL CAPABILITY OF THE ITEM TO MEET THE REQUIREMENT (ii) ABILITY TO MEET REQUIRED DELIVERY DATE(S) AND FOB TERMS (iii) PRICE Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall render the quote to be technically unacceptable and not considered for award. However, if the delivery date or FOB terms are not reasonable, quoters may quote different delivery date and FOB terms, supported by a rationale for doing so. Quoter's commercial product brochures or technical narrative information, submitted in response to Instruction to Quoters shall be used to make a determination of whether the quoter meets the technical capability requirements. Quoters shall, therefore, provide information that clearly demonstrates their ability to meet the technical capability requirements. The Government's required delivery schedule/date(s) and FOB terms are shown in this solicitation. Ability to meet the stated required delivery schedule/date(s) and FOB terms shall be demonstrated by the quoter's submission of a signed quote which has not taken exception to the required delivery schedule/date or place of delivery. Quotes which take exception and do not meet the stated Government required delivery schedule/date(s) and FOB terms may be determined to be unacceptable and not considered for award. However, if the delivery date or FOB terms are not reasonable, quoters may quote different delivery date and FOB terms, supported by a rationale for doing so. Award will be made to that responsible quoter which meets both of the above minimum technical and schedule requirements and quotes the lowest price. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract once the quoter performs or returns a signed copy of the Purchase Order to the Government. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). 52.217-8, Option to Extend Services. 52.217-9, Option to Extend the Term of the Contract. FAR 52.222-3 Convict Labor. 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 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 DEVIATION, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program. This announcement will close on September 22nd, 2012. All quotes must be submitted to jose.neto@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0396/listing.html)
- Place of Performance
- Address: NAS NI, San Diego, CA
- Zip Code: 92135
- Zip Code: 92135
- Record
- SN02887450-W 20120920/120919001015-34d4e43b4ac3ef8f87ff0fdb6858d170 (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 |