|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1997 PSA#1997Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 J -- MAINTENANCE OF MANDOWN & INTRUSION DETECTION SYSTEM SOL
N00244-98-Q-0084 DUE 010298 POC Point of Contact is Gwen Young,
Contracting Officer at 619-532-2890; FAX 619-532-2347 WEB: Click here
to learn more about FISC San Diego and additional contracting
opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to
submit your quote electronically or to contact the Contracting Officer
via email., gwen_young@fmso.navy.mil. This announcement is published
as a Total Small Business Set-Aside action per FAR 52.219-1 and
52.219-6; all eligible, responsible sources may submit an offer. This
is a combined synopsis/solicitation for commercial services prepared in
accordance with FAR 13.6 and the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the ONLY solicitation; quotes are being
requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number N00244-98-Q-0084 applies and is issued as a Request
For Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-01 and Defense Acquisition Circular 91-11. The standard industrial
code is 7382 and the business size standard is $9.0 MILLION employees.
The agency need to establish an annual contract for maintenance and
repair of the Mandown and Intrusion Detection system (manufactured and
installed by FIRST Inc, Dallas, TX). All work is to be performed in
accordance with the schedules and statements of work outlined herein,
on-site at the Naval Consolidated Brig, 46141 Miramar Way, Marine Corps
Air Station (MCAS) Miramar, San Diego, CA. All work shall normally be
accomplished during the hours of 07:30 a.m. to 04:00 p.m. local/Pacific
time Monday through Friday excluding Federal holidays. Work outside the
normal working hours shall be paid at the approved overtime rate as
quoted. Maintenance shall be performed in accordance with the schedules
outlined in Line Items 0001 through 0012 below. This requirement is for
a fixed priced contract for a base year period commencing 1/1/98
through 9/30/98, plus two (2) option years from 10/1/98 thru 9/30/99
and 10/1/99 thru 9/30/00 -- for four (4) line items. System components
to be covered under the resulting contract include one control panel
in Central Control, 24 transmitters (various portable), 33 repeaters in
various locations, 10 transmitters in various location, and4 single
button transmitters in Classrooms. (BASE YEAR 1/1/98 THRU 9/30/98) Line
Item 0001: Routine maintenance/remedial repair to cover repair or
replacement of all systems components that fail during normal service.
Limited to 20 hours. Please provide hourly rate when quoting. Line
Item 0002: Emergency response on nights, weekends, or Federal holidays.
Contractor must respond within eight (8) hours of notification by the
government of system failure. Limited to eight (8) hours. Please
provide hourly rate when quoting. Line Item 0003: Replacement parts
required as a result of damage beyond the contractor's responsibility,
to be billed at the manufacturer's suggested retail price less any
quoted discount. Parties are invited to provide an estimated amount for
this item, but it will not be considered a firm/fixed quote (the
government intends to set a limit for this item). Line Item 0004:
Annual preventive maintenance service which includes inspection,
cleaning, adjustment of components to established operating parameters,
testing, and certification. Please provide a flat fee for this service.
(OPTION YEAR I -- 10/1/98 THRU 9/30/99) Line Item 0005 thru 0008 --
same as Line Items 0001 thru 0004 respectively. (OPTION YEAR II --
10/1/99 THRU 9/30/00) Line Items 0009 thru 0012: (see Items 0007 --
0012 respectively above). The provision at FAR 52.212-1, Instructions
to Offerors-Commercial Items applies. Provision 52.212-2,
Evaluation-Commercial Items, applies with paragraph (a) completed as
follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
provide a minimum of three (3) references for current accounts where
the offeror provides similar services. Offerors are required to
complete and include a copy of the following provisions with their
proposals: FAR 52.212-3, Offeror Representation and
Certifications-Commercial Items. Clause 52.212-4, Contract Terms and
Conditions Commercial Items, applies as well as the following addendum
clauses: FAR 219-1, Small Business Program Representations; FAR
52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, New
Material; FAR 52.211-7, Other Than New Material, Residual Inventory,
and Former Government Surplus Property; FAR 52.217-5, Evaluation of
Options; 52.217-8, Option to Extend Services; 52.217-9, Option to
Extend the Term of the Contract, with Paragraph (c) completed as
follows: The total duration of this contract, including the exercise of
any options under this clause, shall not exceed three (3) years. The
clause at 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 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped
Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of
1965; and FAR 52.222-42, Statement of Equivalent Rates for Federal
Hires -- completed as follows: General maintenance Worker at
$16.86/hour. 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 (b): DFARS 252.225-7001, Buy American Act and
Balance of Payment Program; and DFARS 252.225-7012, Preference for
Certain Domestic Commodities. Any contract awarded as a result of this
solicitation will be a DO-rated order certified for national defense
use under the Defense Priorities and Allocations System. The government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the government considering price and
price-related factors. Note: The full text of the Federal Acquisition
Regulations (FAR) and Defense Federal Acquisition Regulation Supplement
(DFARS) can be accessed on the Internet at "www.arnet.gov" OR
"www.deskbook.osd.mil". Parties responding to this solicitation may
submit their quote 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, discounts for prompt payment, if any (e.g. 1%
10 days), and the company's CAGE Code, Dun & Bradstreet number, and
Taxpayer ID number. All FAR certifications and representations
specified above must also accompany your quote. Quotes must be received
no later than 3:00 PM, local time, 010298, and will be accepted via fax
(619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. DO NOT
mail. See Numbered Note(s) 1, 13. (0352) Loren Data Corp. http://www.ld.com (SYN# 0047 19971222\J-0006.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|