Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2000 PSA #2688
SOLICITATIONS

J -- MAINTENANCE CONTRACT FOR VARIOUS WASHERS AND DRYERS LOCATED AT NAB, ASW AND NASNI

Notice Date
September 15, 2000
Contracting Office
Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212
ZIP Code
92132-0212
Solicitation Number
N00244-00-T-1317
Response Due
September 22, 2000
Point of Contact
Brian O'Donnell, Contract Specialist, (619) 532-3445; Mary O'Brien, Contracting Officer
E-Mail Address
click here to contact the Contract Specialist (brian_w_odonnell@sd.fisc.navy.mil)
Description
This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-00-T-1317. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This solicitation is issued as a 100% Small Business Set-Aside, under Standard Industrial Code 7629 with a small business standard of 500 employees. FISC San Diego has a requirement for a Base Year and 2 options for the following items: Service (including all equipment, labor, travel and parts excluding consumable) and material to provide comprehensive on-site maintenance in accordance with factory specifications and for both major and minor repair of the following government-owned equipment: maintenance of Government owned clothes washing and drying machines: 185 washers and dryers for Anti Submarine Warfare (ASW) and 640 washers and dryers for Naval Amphibious Base Coronado and Naval Air Station North Island (NAB and NASNI). Statement of Work as follows: Replacement parts must meet original equipment manufacturer (OEM) standards or equivalent quality. Contractor must have access to any required technical manuals. They will not be provided by the customer or the Contracting Office. Contractor shall replace parts, make adjustments, clean, repair, and test each unit as needed on a "per call basis". Services to be performed at customer sites (ASW, NAB, NASNI). Contractor shall respond to all service calls within 24 hours of notification of equipment failure. Whenever possible, the contractor shall attempt to make on-site repairs; however, if the unit cannot be thoroughly tested to determine the extent of repair, the contractor will be authorized to take the unit to his/her facility to be repaired. Contractor shall repair the defective units and return within 5 working days; however, if parts/material are not available and more time is necessary, contractor may contact the customer to extend the return date. The Contractor's technical representative is required to determine the technical nature of the problem and to effect repairs. If the Contractor's Representative determines that a major component has failed, the representative is to notify the activity point of contact before effecting repairs. The Government shall reserve the right to determine if a unit is beyond economical repair; otherwise, all repairs shall be accomplished in accordance with the terms and conditions set forth herein. Items are to be quoted as follows for a base year and two option years: quoters are to quote a firm fixed monthly price to cover all equipment. In addition, quoter must provide a breakdown per machine (ie $1.00 per machine per month). Quantity is 12 months. Acceptance shall be at destination. The following provision apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. 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 FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property, 52.232-18 Availability of Funds. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item 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, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Issuance of Verbal orders with Payment by Government Purchase Card, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-21 Requirements, 5252.216-9402 Oral Orders, 52.232-36 Payment by Third party, 52.217-9 Option to extend the term of the Contract, 52.232-34 Payment by Electronic Funds Transfer. 52-243-1 Changes-Fixed Price, 52-249-1 Termination for Convenience of the Government, Fixed-Price, 52.249-8 Default-Fixed Price Supply and Service, 252.243-7001 Pricing of Contract Modifications. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. 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. 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 furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 3:00 p.m. PST, 22 September 2000 and will be accepted via FAX (619)-532-1088, Attn: Brian O'Donnell. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
Web Link
click here to access the FISC web page (www.sd.fisc.navy.mil)
Record
Loren Data Corp. 20000919/JSOL013.HTM (W-259 SN497260)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 15, 2000 by Loren Data Corp. -- info@ld.com