|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1998 PSA#2009Fleet & 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 010998 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 e-mail., gwen_young@fmso.navy.mil. This announcement, originally
published in the CBD on 12/18/97, is hereby extended -- quotes are due
by 3 p.m. local/Pacific time Friday, 01/09/98. All other terms and
conditions remain unchanged -- the original announcement is republished
here in its entirety with some minor corrections (due to extension).
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 is 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 1/15/98 (or
upon award) 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, and 4 single button transmitters in Classrooms. (BASE
YEAR 1/15/98 {or upon award} 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, 010998, 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. (0008) Loren Data Corp. http://www.ld.com (SYN# 0049 19980112\J-0011.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|