Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

J -- Preventative Maintenance Audiovisual and VTC Equipment

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
Reference-Number-N6268806RC090FN
 
Response Due
9/19/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found in FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The request for quotation (RFQ) reference number is N6268806RC090FN. This solicitation incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 2004-D010. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811213 and the Small Business Standard is $6.5M. This is an unrestricted procurement. The Fleet and Industrial Supply Center, Norfolk requests responses from qualified, responsible sources capable of providing firm fixed price services for preventative maintenance to cover all audiovisual and VTC equipment in the conference and training rooms at the following Fleet and Family Support Centers (FFSC) in accordance with the Statement of Work below and the attached Equipment Lists: 7928 14th Street, Norfolk Training Room 7928 14th Street, Norfolk Conference Room 7928 14th Street, Norfolk Training Rooms (3) Bldg. U93, Naval Base Norfolk Training Rooms (3) Yorktown Training Room Yorktown Conference Room Newport News Training Room Newport News Conference Room Oceana Training Room Oceana Conference Room Little Creek Training Room Little Creek Conference Room Northwest Training Room The contractor shall provide the following: a. Guaranteed Response Times - One to two-day onsite response time depending upon the urgency of the requirement and the proximity of the site. On site response time shall not exceed 48 hours for any trouble call. b. Same day phone service. c. Preventive Maintenance - Within three weeks of contract award Contractor shall provide preventive maintenance service on each piece of audiovisual equipment located at the training and conference rooms listed above. Preventive maintenance shall include but shall not be limited to: cleaning, adjusting, testing and aligning of systems. Additional preventive maintenance to be performed to be coordinated with the customer and shall vary depending upon complexity of the system. d. Unlimited telephone support and consultation. e. Technical assistance on system upgrades. f. Detailed inventory on covered equipment. g. Detailed repair history logs on covered equipment. h. Comparable loaner equipment during periods when an extended repair time is required. i. Shipping via standard methods to and from the service center / repair facility for all equipment requiring repair. j. Training for new employees. k. Service technicians shall be factory trained and certified for the types of equipment on which they provide service. l. Programming services to cover minor equipment upgrades. m. All labor to accomplish the services described above. Parts are not included and shall be purchased separately FFSC agrees to allow work to be performed during business hours from 0800 ? 1700. The period of performance is for one year from the date of award with one one-year option period. Anticipated award date is prior to 30 September 2006. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. No other specifications are available for this announcement. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: within FAR 52.212-5, the following clauses apply and are incorporated by reference: 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.o.s, proclamations, and administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5, Facsimile Proposals - Facsimile number (757) 443-1376 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes ? Fixed Price, Alternate I Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt A, CCR Alternate A 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7000 Buy American Act ? Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631) Alternate III (MAY 2002) of NNZ 5252.NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) All clauses shall be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s) for the CLINS listed in accordance with the attached schedule, a point of contact, name / phone number / email, business size, and payment terms. The Government intends to make a single award to the lowest price, responsible offeror. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close on 19 September 2006. Responses may be submitted to Laura R. Hohbach by facsimile at (757) 443-1376 or emailed to laura.hohbach@navy.mil. Oral communications are not acceptable in response to this notice.
 
Place of Performance
Address: Fleet and Family Support Centers (FFSC), Hampton Roads, Virginia
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01142721-W 20060915/060913222037 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.