|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16,1999 PSA#2476Supply Directorate, Contracting Department, PSC Box 8018, MCAS, Cherry
Point, NC 28533-0018 J -- MAINTENANCE/REPAIR OF INSTRUMENT AND LABORATORY EQUIPMENT SOL
M00146-00-Q-9005 DUE 112299 POC Sherry Kelly, Contract Specialist,
252-466-7765, or Joanna Knowles, 252-466-2844/Fax 252-466-3571 The
Naval Aviation Depot, MCAS, Cherry Point, NC has a requirement for
maintenance of a CAMSCAN Series IV Scanning Electron Microscope and
related equipment. All work shall be performed in accordance with the
Statement of Work (See vi). (i) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. (ii) This solicitation number is
M00146-00-Q-9005. This solicitation is issued as a Request for Quote
(RFQ). (iii) The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-14
and Defense Acquisition Circular 98-12. (iv)The SIC Code is 7699 with
a corresponding dollar value of $3.5 million. (v) This proposal is to
establish a contract to begin 01 December 1999 and continue for
twelve-months with (2) twelve-month option periods. Maintenance shall
be performed in accordance with the Statement of Work (vi) for the
following items: Lot I Base Year (01 December 1999 thru 30 November
2000): Clin 0001 -- CamScan Series 4 Scanning Electron
Microscope,Model: Series 4, Serial Number: US0286027, Qty 12 MO; Clin
0002 -- Digital X-Ray Mapping for 4 Maps, Qty 12 MO; Clin 0003 -- Color
TV Monitor Model: 33-CDM, Qty 12 MO; Clin 0004 -- X-Ray Fluorescence
Unit, Model: 33-XRF, Qty 12 MO; Cline 0005 -- Solid State BSE Detector,
Model: 33-BSD, Qty 12 MO; Clin 0006 -- Specimen Current Amplifier,
Model: 33-AE1, Qty 12 MO; Clin 0007 -- Auto Image Brightness/Contrast,
Model: 33-ABC, Qty 12 MO; Clin 0008 -- Image Balance Display, Model:
33-IBD, Qty 12 MO; Clin 0009 -- X-Y-Z Stage Motor Drives, Model:
33-MD3, Qty 12 MO; Clin 0010 -- Feature Measurement, Model: 33-FM, Qty
12 MO; Clin 0011 -- Transmitted Electron Detector, Model: 33-IMD, Qty
12 MO; Clin 0012 -- Second Camera System, Model: 33-DCS, Qty 12 MO;
Clin 0013 -- Dual Line Profile Module, Model: 33-DLP, Qty 12 MO; Clin
0014 -- External Spot (Beam) Control, Model: 33-ESC, Qty 12 MO; Clin
0015 -- Liquid Nitrogen Trap for Diffstak, Model: 33-LN2, Qty 12 MO;
Clin 0016 -- Rotary Pump, Model: 3-RP, Qty 12 MO. Lot II First Year
Option (01 December 2000 thru 30 November 2001): Clin 0017 -- CamScan
Series 4 Scanning Electron Microscope,Model: Series 4, Serial Number:
US0286027, Qty 12 MO; Clin 0018 -- Digital X-Ray Mapping for 4 Maps,
Qty 12 MO; Clin 0019 -- Color TV Monitor Model: 33-CDM, Qty 12 MO; Clin
0020 -- X-Ray Fluorescence Unit, Model: 33-XRF, Qty 12 MO; Cline 0021
-- Solid State BSE Detector, Model: 33-BSD, Qty 12 MO; Clin 0022 --
Specimen Current Amplifier, Model: 33-AE1, Qty 12 MO; Clin 0023 -- Auto
Image Brightness/Contrast, Model: 33-ABC, Qty 12 MO; Clin 0024 -- Image
Balance Display, Model: 33-IBD, Qty 12 MO; Clin 0025 -- X-Y-Z Stage
Motor Drives, Model: 33-MD3, Qty 12 MO; Clin 0026—Feature
Measurement, Model: 33-FM, Qty 12 MO; Clin 0027 -- Transmitted Electron
Detector, Model: 33-IMD, Qty 12 MO; Clin 0028 -- Second Camera System,
Model: 33-DCS, Qty 12 MO; Clin 0029 -- Dual Line Profile Module,
Model: 33-DLP, Qty 12 MO; Clin 0030 -- External Spot (Beam) Control,
Model: 33-ESC, Qty 12 MO; Clin 0031 -- Liquid Nitrogen Trap for
Diffstak, Model: 33-LN2, Qty 12 MO; Clin 0032 -- Rotary Pump, Model:
3-RP, Qty 12 MO. Lot III Second Year Option (01 December 2001 thru 30
November 2002): Clin 0033 -- CamScan Series 4 Scanning Electron
Microscope,Model: Series 4, Serial Number: US0286027, Qty 12 MO; Clin
0034 -- Digital X-Ray Mapping for 4 Maps, Qty 12 MO; Clin 0035 -- Color
TV Monitor Model: 33-CDM, Qty 12 MO; Clin 0036 -- X-Ray Fluorescence
Unit, Model: 33-XRF, Qty 12 MO; Cline 0037 -- Solid State BSE Detector,
Model: 33-BSD, Qty 12 MO; Clin 0038 -- Specimen Current Amplifier,
Model: 33-AE1, Qty 12 MO; Clin 0039 -- Auto Image Brightness/Contrast,
Model: 33-ABC, Qty 12 MO; Clin 0040 -- Image Balance Display, Model:
33-IBD, Qty 12 MO; Clin 0041 -- X-Y-Z Stage Motor Drives, Model:
33-MD3, Qty 12 MO; Clin 0042 -- Feature Measurement, Model: 33-FM, Qty
12 MO; Clin 0043 -- Transmitted Electron Detector, Model: 33-IMD, Qty
12 MO; Clin 0044 -- Second Camera System, Model: 33-DCS, Qty 12 MO;
Clin 0045 -- Dual Line Profile Module, Model: 33-DLP, Qty 12 MO; Clin
0046 -- External Spot (Beam) Control, Model: 33-ESC, Qty 12 MO; Clin
0047 -- Liquid Nitrogen Trap for Diffstak, Model: 33-LN2, Qty 12 MO;
Clin 0048 -- Rotary Pump, Model: 3-RP, Qty 12 MO. (vi) STATEMENT OF
WORK: All work to be performed under this contract shall be performed
by technicians thoroughly trained and knowledgeable in the operation
and maintenance of the equipment specified. All services are to be
performed in a highly professional manner. 1. This contract shall
include an unlimited number of emergency visits with a 48 hour response
time. ALL PARTS, LABOR, AND TRAVEL EXPENSES, excluding weekends and
federal holidays shall be covered under the contract. 2. Only the
Maintenance Services Specialist (252-464-7657), or their representative
will be authorized to place emergency service calls. 3. The contractor
shall furnish all replacement parts required to keep the system in
good working condition. These parts shall be new or equivalent to new
in performance. Excluded from this contract are consumable items such
as; Tungsten Filaments, LAB6 Cathodes, Apertures, Specimen Holders, and
Scintillators. These parts will be provided by the 65200 Branch. 4. Two
(2) preventative maintenance calls shall be provided and shall be
performed during the months of January and July between the hours of
7:30 am and 4:00 pm Monday through Friday. This schedule may be
modified by mutual agreement. The duties shall include, but not be
limited to: Column Cleaning, Image Stabilization, Electronic Trouble
Shooting, and Resolution Refinement. 5. Components may be exchanged or
modified by the company at its discretion, however, before the
component is installed the Maintenance Services Specialist shall be
advised of the reason for the exchange or modification. When a
component is exchanged, the old component becomes the property of the
company and the new component becomes the property of the Government.
6. The technician shall leave a service report on completion of the
visit to Shop 43410 personnel. The report shall include, as a minimum,
the following information: a. Date and time of arrival b. Model and
serial number of equipment c. Time spent on the repair d. Description
of malfunction e. List of parts replaced 7. Excluded from this contract
are repairs induced by operator error, abuse, fire, or as a result of
improper power, water, or environmental conditions. Prior to effecting
any repairs for these conditions, the technician shall contact the
Maintenance Services Specialist (919-464-7657), who in turn will
contact the Contracting Officer. The Contracting Officer will issue a
purchase order, if in the best interest of the Government for the
required services, parts, repairs, and any other requirements not
covered by this contract. Failure to comply with this requirement will
constitute an unauthorized commitment and the Government will be under
no obligation to reimburse the contractor. 8. Contractor must comply
with all base security requirements for employees and vehicles.
Contractor will be responsible for contacting NADEP Security Officer,
Code 6.8.820, at (252)464-8110 for additional security requirements.
(vii)Performance: Maintenance of all equipment listed shall be
performed at the Naval Aviation Depot, MCAS Cherry Point, NC.
Performance shall begin 01 December 1999 and continue for a period of
twelve-months with provisions for two (2) twelve-month option periods.
(viii) The following clauses and provisions apply to this
solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items
applies, FAR 52.212-2, Evaluation-Commercial Items applies. Evaluation
Criteria to be included in paragraph (a)are (in descending order of
importance): (1) past performance, and (2) price. Offerors are to
include a completed copy of the provisions at FAR 52.212-3, 52.222-48
and DFARS 252.212-7000 with their proposal. FAR 52.212-4, Contract
Terms and Conditions applies FAR 52.212-5, Contract Terms and
conditions Required to Implement Statutes or Executive Orders --
Commercial Items applies with the following FAR clauses in paragraph
(b)and (c) which will apply to the resultant contract: FAR 52.222-21,
FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52-222-37, 52.225-19,
52.232-33, 52.222-41, 52.222-42 and 52.222-43. DFAR 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
applies FAR 52.217-9, Option to Extend the Term of the Contract
applies. (ix) Contract Award -(a) The Government may award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, cost or price and other factors considered. (b) The
Government may (1) reject any or all offers if such action is in the
public interest, (2) accept other than the lowest offer, and (3) waive
informalities and minor irregularities in offers received. (c) The
Government may award a contract on the basis of initial offers
received, without discussions. Therefore, each initial offer should
contain the offeror's best terms from a cost or price and technical
standpoint. Effective 01 March 1998, all contractors must be registered
in the Central Contractor Registration (CCR) database as a condition of
contract award. Contractors may register at http://www.acq.osd.mil or
call the Dod Electronic Commerce Information Center at 800-334-3414.
(x) Offerors must acquaint themselves with the regulations concerning
Commercial Item acquisition contained at FAR Subpart 12 and must ensure
that all Representations and Certifications are completed and returned
as called for in this solicitation. Offerors not in possession of the
above referenced clauses in full text may obtain them at
http://www.arnet.gov/far. (xi) Responses to this solicitation are due
by COB 19 November 1999 and should be mailed to: Supply Directorate,
Contracting Dept., PSC BOX 8018, MCAS, Cherry Point, N.C. 28533-0018.
Offer must be in writing. Facsimiles will be accepted at (252)466-3571.
No oral offers will be accepted. Please reference solicitation number
on proposal. (xii) For questions regarding this solicitation contact
Sherry L. Kelly (252)-466-7765 or e-mail: kellysl@cherrypoint.usmc.mil.
Posted 11/12/99 (W-SN400225). (0316) Loren Data Corp. http://www.ld.com (SYN# 0036 19991116\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|