SOLICITATION NOTICE
J -- Service and Maintenance of Industrial Machinery
- Notice Date
- 1/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RSADM-07-412
- Response Due
- 1/24/2007
- Archive Date
- 2/8/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services and items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13, Simplified Acquisition Procedures (not to exceed $100,000). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-14. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number RSADM-07-412 is issued as a Request For Quote (RFQ). The solicitation is being requested under Simplified Acquisition Procedures and all future information including any amendments will be available solely through the FedBizOpps website, http://www.fedbizopps.gov. Closing date for receipt of quotations is 1:00pm on January 24, 2007. This requirement is a 100% set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $6.5 million. The US Nuclear Regulatory Commission has a requirement for securing repair and maintenance services in support of (1) an A&M Harris Multibinder (2) a Mitsubishi CP-404 III Platemaker and (3) a Ryobi Duplicator located at US Regulatory Commission 11555 Rockville Pike Rockville, MD 20852 All interested Offerors shall provide a quote for the following line items (Note: Please provide individual base pricing and the 4 additional option years separately for each line item): Line Item 001: A&M Harris Multibinder, Model MB-250-9, Serial Number SL-304-G, NRC Tag# 034773 (stitcher, folder and trimmings attached). Service to include maintenance, QUARTERLY inspections, all intervening service calls, parts, cleaning, lubricating and ensuring the equipment is in proper working condition. Period of Performance from February 2007-January 2008 to include 4 option years exercised at the government?s discretion. Line Item 002: Mitsubishi CP-404 III Platemaker, Serial Number 89080-2594, NRC Tag# 031447. Service to include maintenance, QUARTERLY inspections and all intervening service calls, parts, cleaning, lubricating and ensuring the equipment is in proper working condition. Period of Performance from February 2007-January 2008 to include 4 option years exercised at the government?s discretion. Line Item 003: Ryobi Duplicator, Model 3200PFA with Optional Powder Spray Device, Serial Number 6616, NRC Tag# 063298. Service to include maintenance, MONTHLY inspections and all intervening service calls, parts, cleaning and ensuring the equipment is in proper working condition. Period of Performance from February 2007-January 2008 to include 4 option years exercised at the government?s discretion. Quotations shall include all warranties on service and parts provided, type of routine maintenance to be performed, and any supporting specifications that meet or exceed specifications stated above. Services for all three line items shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule (and should be included within the quotation). The full text of the FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: (1)52.204-9 ? Personal identity Verification of Contractor Personnel, (2)52.212-1 -- Instructions to Offerors -- Commercial Items, (3)52.212-4 -- Contract Terms and Conditions -- Commercial Items, (4)52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, (5)52.213-2 -- Invoices(6)52.217-5 -- Evaluation of Options, (7)52.217-8 -- Option to Extend Services, (8)52.217-9 -- Option to Extend the Term of the Contract, (9)52.219-6 ? Notice of Total Small Business Set-Aside, (10)52.223-6 ? Drug Free Workplace, (11)52.225-13 ? Restrictions on Certain Foreign Purchases, (12)52.233-4 ? Applicable Law for Breach of Contract Claim All vendors should submit the following: (1) copy of the quotation addressing each line item, (2) any supplemental information to assist in the technical evaluation, including warranty information, (3) past performance information (4) copy of the most recent published price list. Award will be made to the Contractor whose quote offers the best value to the Government, technical price, and other factors to be considered. The Government will evaluate quotations based on the following evaluation criteria: (1) technical evaluation, (2) past performance and (3) price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Past performance will be evaluated to determine the overall quality of services provided. Evaluation of past performance will be based on the references provided IAW FAR52.212-1(b) (10) and/or the offeror?s recent and relevant procurement history with NRC or its affiliates. Offerors shall provide a list of at least three (3) references to which the same or similar service has been provided. The list of references shall include, at a minimum: the name of the reference contact person and organization, telephone number of the reference contact person, contract or grant number, description of services provided, the amount of the contract, the address and telephone number of the Contracting Officer - if applicable, and the date of delivery or the date services were completed. All quotes should be received no later than 1:00pm local time, on January 24, 2007 at the Nuclear Regulatory Commission, 11555 Rockville Pike, Rockville, MD 20852-0001 and to the Attention of Robin Barnes. Because of heightened security, FED_EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. Quotes will also be accepted via electronic means. Please allow at least 60 minutes prior to the close of the announcement if submitting by electronic means to ensure proper delivery. Quotations will NOT be accepted by fax or hand-delivery. The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents, as appropriate, will not be available. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7, Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential offerors may obtain information on registration and annual confirmation requirements via the Internet by copying and pasting the following Internet address into their Internet Browser: http://www.ccr.gov (note: there is no direct link to the CCR website from this FedBizOpps notice) or by calling 1-888-227-2423 or 269-961-5757. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Because this solicitation and its related documents, as appropriate, will be posted at this website, interested parties are instructed NOT to send letters or e-mails or faxes requesting the RFQ. Telephoned, e-mailed, or faxed requests for the RFQ will not be accepted. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity.
- Place of Performance
- Address: US Nuclear Regulatory Commission 11555 Rockville Pike, Rockville, MD
- Zip Code: 20852-2746
- Country: UNITED STATES
- Zip Code: 20852-2746
- Record
- SN01209941-W 20070113/070111221618 (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 |