Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS

J -- PREVENTIVE MAINTENANCE ON ANACOMP XR COM RECORDERS, TAPE DRIVES, AND DUPLICATORS

Notice Date
September 13, 2001
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Automation & Production Service, 5450 Carlisle Pike, Mechanicsburg, PA, 17055
ZIP Code
17055
Solicitation Number
SA7069-02-Q-0001
Response Due
September 21, 2001
Point of Contact
Vonda DeBolt, Procurement Program Manager, Phone 717-605-2223, Fax 717-605-3999, Email vdebolt@daps.dla.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 written solicitation will not be issued. The solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27, and Defense Acquisition Circular 91-13. This procurement is being conducted under Simplified Acquisition Procedures (SAP) as Request for Quotation No. (RFQ) SA7069-02-Q-0001. The requirement is for full service maintenance of Anacomp equipment at Robins AFB, GA. The equipment is as follows: 1- Summit Dual Tape Drive; 2- 6250 Mod 1 Additional Tape Drives; 2-A-B Tape Switches; 2-Multiple Lens Shuttles; 2-Rotatable Tube Mounts; 2-16MM Camera Capability; 2-AST Premium 286 Mod 80s; 2-64 MB Hard Disks; 2-On/Off Line I/F Kits; 2-Diazo Duplicators, Model 2124 and Model 2244, with (2) model 2100 collators; and 2-Software licensing renewal and maintenance for both COM Recorders. Preventive maintenance shall be performed on Anacomp XR COM Recorders, tape drives, and duplicators every other week. A complete preventive maintenance for this equipment incurs approximately eight (8) hours for COM Recorders and eight (8) hours for fiche duplicators. It shall consist of inspecting, cleaning, replacing, and lubricating (parts requiring lubrication) all those moveable, serviceable areas of this equipment. Additionally, remedial maintenance shall be performed in response to service calls placed by the equipment operator. Response time to each call shall not exceed two (2) hours, with arrival time not to exceed four (4) hours. Remedial maintenance shall consist of inspecting, disassembling, repairing, replacing, and reassembling equipment, and all parts and labor necessary to accomplish maintenance and bring equipment to operating condition in accordance to manufacturer's specifications. Whenever preventive or remedial maintenance is conducted, the maintenance technician shall obtain the signature of the authorized government representative on the service/repair ticket acknowledging receipt of the service prior to departing the site. A copy of each service/repair ticket shall be provided to the authorized government representative prior to departure. Government Representatives Authorized to Place Service Calls: (and list those applicable persons with their phone number). Maintenance shall be performed Monday through Friday 8:00AM -- 5:00PM, excluding Government holidays. The solicitation provision at FAR 52.252-1 Instructions to Offerors -- Commercial Items (OCT 2000), is incorporated by reference and applies to this acquisition. Offerors shall submit a complete copy of provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2001), and a completed copy of the Trade Agreements Certificate at DFARS 252.225-7000. FAR 52.212-4, Contract Terms and Conditions-Commercial items (MAY 2001) is incorporated by reference and will apply to any resultant contract. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Orders (MAY 2001) is hereby incorporated by reference. The following clauses from paragraph (b) also apply to this solicitation and any resultant contract: (11) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (b) (12) 52.222-26, Equal Opportunity (E.O. 11246); (b) (13) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); (b) (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (b)(15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of The Vietnam Era (38 U.S.C. 4212); (b)(16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (b)(24) 52.232.33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial items (DEC 2000), is incorporated by reference. The following clause apples to this solicitation and any resulting contract: (a) DFARS 252.225-7001, Buy American Act & Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10382). Offeror must submit completed 252.225-7000, Buy American Act-Balance of Payments Program certificate. The provision at DFARS 252.204-7004, Required Central Contractor Registration (MAR 2000) is incorporated by reference. Prior to receiving any contract award, contractors must be registered in the Central Contractor Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423. Confirmation of CCR registration must be obtained before award can be made. The DLAD provisions at 52-233-9000, Agency Protests (SEP 1999)- DLAD, and 52.233-9001, DISPUTES: Agreement to Use Alternative Dispute Resolution (JUN 2001) -- DLAD, and the clause at 52.212-9000, Changes -- Military Readiness (MAR 2001) -- DLAD are incorporated by reference and apply to this solicitation and any resulting contract. They are available at http://www.dla.mil/j-3/j-336/logisticspolicy/rev5.htm Quotes should reference RFQ No. SA7069-02-Q-0001. Offers must be sent in writing/fax to the Contracting Officer, Ms. Helen Starr, no later than 4:00PM on Sep 21 at DAPS, 255 Cochran St., Ste. C-12, Robin AFB, GA 31098-1623, ATTN: Helen Starr. Fax 912-926-7416. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DLA/J3/DAPS/SA7069-02-Q-0001/listing.html)
Record
Loren Data Corp. 20010917/JSOL019.HTM (D-256 SN50X4R9)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 13, 2001 by Loren Data Corp. -- info@ld.com