Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2000 PSA #2693
SOLICITATIONS

J -- AUTOSCRIPT III, A AND B MODEL ROBOT

Notice Date
September 22, 2000
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
ZIP Code
33621-5000
Solicitation Number
F08602-01-Q5113
Response Due
September 26, 2000
Point of Contact
Charlene Bostic, Contract Buyer/Administrator, Phone 813-828-3201, Fax 813-828-4508, Email bosticc@macdill.af.mil -- Debra Parent, Contracting Officer, Phone 813-828-7454, Fax 813-828-3667, Email parentd@macdill.af.mil
E-Mail Address
Charlene Bostic (bosticc@macdill.af.mil)
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation. Request for Quotations are being requested and a written solicitation will not be issued. The request for quotation number is F08602-01-Q5113. This solicitation incorporates provisions which are in effect through Federal Acquisition Circular 97-15. This procurement is 100% set-aside for small business concerns. The Standard Industrial Code (SIC) is 7352. The small business size standard is $5,000,000. The performance period is 01 October 2000 _ 30 September 2001. A preventive maintenance agreement will be issued. Interested offerors shall provide as a response to this solicitation: (1) a price based on the requirements in the statement of work; and (2) a completed clause 52.212-3. Quotes may be submitted hard copy or electronically, via e-mail or fax. Regardless of method of delivery, it is the offeror_s responsibility to ensure receipt of the quote by the time and date stated on the solicitation. STATEMENT OF WORK: Autoscript III, A and B Model Robot: Telephone support will be available twenty-four hours per day, seven days per week, and three hundred sixty five days per year. Customer service help desk will be available for assistance Monday through Friday from 0700-1700 CST excluding major holidays listed above. Calls will be answered and responded to in the order received. In the event that qualified robotics technicians are not available during normal business hours, they will be paged by Baker APS customer service desk and will respond via telephone to MacDill AFB with-in one-half hour of receipt of page. After hours and holiday support will be available via pager and will be responded to with-in one-half hour of receipt of page. Required parts for improperly functioning robots will be shipped upon diagnosis of failure. Parts are defined as anything with-in and including the enclosure surrounding the robots, and all non-standard conveyors installed by Baker APS with exception of conveyor belts. If a part Is deemed a "failed" part and is causing a robot to be unusable between the hours of 0001 and 1500 CST, Baker APS will send a properly functioning part via a commercial carrier "counter to counter" flight into Tampa International Airport arriving prior to or at 1059 CST that day. If a part is deemed a "failed part and is causing a robot to be unusable after 1500 CST, Baker APS will send a properly functioning part via a commercial carrier counter to counter' flight into Tampa International Airport or a "next day, first in the morning delivery" arriving prior to or at 1300 CST the following day, which-ever will provide the fastest delivery of the part. Delivery times of replacement parts will only be exceeded when met with circumstances beyond the control of Baker APS, such as severe inclement weather or mechanical breakdown of common carrier. All failed parts will be sent at no cost to the government for the actual part and shipping. User is expected to provide reasonable troubleshooting assistance to include minor mechanical and electrical repair assistance under guidance of Baker APS personnel. This will be construed to include mechanical work requiring hand tools and electrical work requiring common instruments or soldering that could be performed by USAF Medical Equipment Repair Corp. technicians. If beyond the capabilities of 6~ Medical Group, MacDill AFB personnel, qualified Baker APS robotics technicians will respond in person to accomplish maintenance and/or repairs at no cost to the government. Preventative maintenance will be performed by Baker APS technicians once per year. Check for malfunction, replace if necessary, and grease with Molywhite RE No.00. S-Axis Speed Inducer. L and U Axes Speed Reducers. Check for malfunction, replace if necessary, and grease with Harmonic Grease SK-1. R, B, and T Axes Speed Reducers. T Axis Gear. Check for malfunction, replace if necessary, and grease with Alvania EP Grease 2: L and R Axes Cross Roller Bearings. Check for adequate tension and excessive belt wear: R, B, and T Axes Timing Belt. Wire Harness: Check S, L, U, R, B, and T Axes leads for conductivity between base main connector and intermediate connector. Check for excessive wear on protective spring and insulation. Check B and T Axes for conductivity between terminals. Check for excessive wear on protective spring and insulation. Land U Axes Link. Check for bearing wear (looseness) by moving L and U Axes forward, backward, up, and down. Grease with Alvania EP Grease 2. Check voltage and replace battery if less than 2.8 volts. When robotic failure(s) occur which require the dispatching of a technician, and that determination is made between 0001 and 1500 CST, a technician will arrive in the local area prior to or at 1059 CST. When robotic failure(s) occur which require the dispatching of a technician, and that determination is made after 1500 CST, a technician will arrive in the local area no later than 1300 CST the following day. Arrival times of technicians will only be exceeded when met with circumstances beyond the control of Baker APS, such as severe inclement weather or mechanical breakdown of common carrier. All failed parts will be replaced at no cost to the government. Technicians will have a generally neat, clean, and well groomed appearance. Technicians will wear clothing consistent with a professional work environment.. Shirts will be "collared" and will indicate what company they represent i.e.: McKesson APS, Baker APS, or Motoman. If shirts with company name/logo are not available, ID badges with company name will be worn. Pants should be neat, clean, and with-out the presence of excessive wrinkles; no denim jeans should be worn. Baker APS will provide and install common software upgrades at no cost to the government. Baker APS will evaluate custom software change requests submitted at no cost to the government, but without promise or commitment to construct or implement said changes without additional cost to the government. The provision at FAR 52.212-1, _Instructions to Offerors _ Commercial Items_ is applicable to the solicitation and the blanks in (a) are completed as follows: price. Offerors shall include with their offers a completed copy of the provision at FAR 52.212-3 _Offeror Representations and Certifications_Commercial Items_ FAR 52.212-4, Contract Terms and Conditions_Commercial Items is applicable to this solicitation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items is applicable and the following clauses are checked: 52.222-21 _Prohibition of Segregated Facilities_; 52.222-26 _Equal Opportunity_; 52.222-35 _Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era_; 52.222-36 _Affirmative Action for Workers with Disabilities_; 52.232-33 _Payment by Electronic Funds Transfer_Central Contractor Registration_. FAR 52.232-18 _Availability of Funds_; and 52.219-6 _Total Small Business Set-Aside_ are applicable. DFARS 252.204-7004 _Required Central Contractor Registration_ (CCR) is applicable to this solicitation. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil/. Responses to this RFQ must be received via e-mail, fax, mail, or delivery, by 26 September 2000, 4:30 PM Eastern Standard Time at the 6th Contracting Squadron, 2606 Brown Pelican Avenue, MacDill AFB, FL 33621. Responses should be marked with the RFQ No. F08602-01-Q5113 and addressed to TSgt Charlene Bostic. Vendors not registered in the CCR database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register on line at www.CCR2000.com. Provide a price based on the requirements in the Statement of Work.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F08602-01-Q5113&LocID=582)
Record
Loren Data Corp. 20000926/JSOL006.HTM (D-266 SN499797)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 22, 2000 by Loren Data Corp. -- info@ld.com