Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1997 PSA#1997

Fleet & 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