SOLICITATION NOTICE
J -- Maintenance Agreement
- Notice Date
- 9/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N68836-07-T-0155
- Response Due
- 9/12/2007
- Archive Date
- 9/27/2007
- Small Business Set-Aside
- Total Small Business
- 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 ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-07-T-0155 applies and is issued as a Request for Quotation. This procurement is set aside for small business 02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 811219 and the business size standard is $5.Mil Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a the following line items 0001 Service Maintenance Contract for One ( 1 ) Computer Numerical Control ( CNC ) Laser Punch Machine - Scheduled and Emergent Maintenance Agreement. This Maintenance Agreement shall be consistent with the Contractor's Preventative Maintenance Agreement. This Maintenance Agreement consists of the following: Perform standard OEM recommended preventive/scheduled maintenance, calibration and system inspections which is four inspections per year ( every 3 months), Preventive inspections average six (6) hours and if any travel expenses need to be billed per visit (Airline ticket, Rental Car, Lodging, Per Diem). The contractor will provide a complete check off list, detailing the results of the inspection, with recommendations for corrective measures noted. During the scheduled maintenance inspections the service representative shall check the machines in its entirety, set and adjusts to factory specifications. If during the service call the service representative determines the maintenance required exceeds the agreement price, he/she shall not repair the machine. The service representative shall inform FRCSE JAX, Bldg 101, Shop Code 6.2.7.4.5, as to the nature of the repair, the reason the repair is not covered under this agreement and the anticipated cost. Maintenance outside of this agreement will be contracted on a separate purchase order. Perform emergent (emergency) maintenance as required with a response time as shown. The government shall pay for services according to the contractor price schedule. The maintenance personnel will be on-site within 3 business days from initial service call. The contractor shall provide a copy of the service ticket detailing the service performed and parts replaced to the Government Point of Contact, within seven (7) working days after the work is complete. The contractor shall inspect the following areas of the Laser Punch machine: Press drives oil level and filter, Hydraulic system radiator, Ram TDC stopping point, No punch zones, Ram seal leaks, Turret guide bushing wear, clean and lubricate turret drive chains, Turret scissoring or deflection. Air lube system oil level and operation, proper operation of servo fans, operation of hood and tool ring interlocks, run machine accuracy verification pattern, inspect turret drive gearbox for leaks and proper fluid level, auto index lubrication, Table lube system oil level and operation, Lead screw bars, Condition of Lead screws and guide bearing wipers, Flywheel V belts for tension, cleanliness and wear, Work clamp vertical and horizontal play, over travel switches, table balls, operation and lubrication of outboard cam rollers, clean slugs from lower frame and auto index area, clean shot pin bushings in turret and operation of Auto Index stations. The contractor shall provide system parts as required to support the maintenance agreement. The principle period of maintenance shall be 7:00 am to 3:00 pm., Monday through Friday, excluding holidays. The contract shall be for a period of one ( 1) year with the option to extend the contract for one more year. Location: FRCSE Jacksonville, Bldg 101, Shop Code: 6.2.7.4.5 , NAS, Jacksonville Fl 32212-0016 Type of item: Strippit CNC Laser Punch with Laser , Model MXP 1250 The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offered representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M SEPT 12, 2007. Quotations must be in writing and may be faxed or mailed to the following. Attn LULA L. JONES, Fleet Contracting Center, FISC JAX BLDG, 110 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1071 e-mail lula.jones@navy.mil.
- Place of Performance
- Address: JACKSONVILLE, FL
- Zip Code: 32212
- Country: UNITED STATES
- Zip Code: 32212
- Record
- SN01395968-W 20070907/070905222219 (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 |