Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2007 FBO #2135
SOLICITATION NOTICE

J -- Preventive Maintenance and calibration of the DA8 Interferometer at the Fleet Readiness Center Southwest - San Diego

Notice Date
9/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, Bldg 1, 2nd Floor 937 N. Harbor Drive, Suite 212, San Diego, CA, 92132-0212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00244-07-T-0921
 
Response Due
10/5/2007
 
Archive Date
10/20/2007
 
Point of Contact
Catherine Winkler, Contract Specialist, Phone 619-532-2557, - Catherine Winkler, Contract Specialist, Phone 619-532-2557
 
E-Mail Address
catherine.winkler@navy.mil, catherine.winkler@navy.mil
 
Description
This is a combined synopsis/ solicitation for a commercial service prepared in accordance with the format in FAR subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. The Fleet and Industrial Supply Center (FISC) San Diego, CA intends to award a Firm Fixed Price definitive contract to the offeror who is low priced, technically acceptable. The contractor shall provide service and maintenance of Government-owned DA8 Interferometer and ancillary equipment located at the Fleet Readiness Center Southwest (FRCSW), Bldg. 469-S, Code 49220, PO Box 357058, NAS North Island, San Diego, CA 92135-7058. The requirement is for a firm fixed price services contract with a period of performance of one year, plus two option years. The applicable NAICS code for this action is 811219 and a size standard of $6.5m in revenue. The proposed contract action is for commercial services and will be negotiated on a full and open competition basis. This statement identifies necessary services and materials to provide onsite, preventive maintenance of the DA8 Interferometer (S/N IZM33021), and related ancillary equipment, at the Fleet Readiness Center Southwest (FRCSW). The contractor must have full knowledge of the cited equipment, must be able to perform all work in compliance with the original equipment manufacturer?s (OEM) technical specifications, and in accordance with the Statement of Work (SOW). Maintenance shall include all travel, accommodations, labor, equipment, and consumable parts. The contractor shall provide the Government with one (1) scheduled preventive maintenance visit, and make all repairs to the extent necessary (as determined either by inspectional testing or disassembly) to ensure a functional system, which efficiently serves its intended purpose. The date and time of service shall be noted in a Trouble Call Log to reflect all maintenance calls, and any exceptions as stipulated therein. Performance completion shall be achieved within 72 hours following the arrival of the field technician. The only exceptions to this requirement will be for extenuating circumstances, which are considered to be beyond the immediate control of maintenance and/ or service personnel, and to be reasonable or prudent within industry standards. Additionally, the contractor shall provide all test equipment, including tools, diagnostic and alignment device, meters, hardware, software, etc., needed to perform the work. The contractor shall coordinate all services requiring on-site visitation by corporate personnel through the Designated Government Representative (DGR), whose name and number will be provided to the contractor upon award. This is the only Government representative, in addition to the buyer, who is authorized to identify on-site maintenance support and/ or place service calls to the contractor?s company. Services are to be performed Monday through Friday (excluding Federal holidays), during the hours of 7:00 a.m. and 4:00 p.m., local time. In the event that scheduled service or deliveries should fall on a federal holiday (or shutdown period), any outstanding maintenance requirements will be performed on the Government?s next regularly scheduled workday. Following each site visit, the contractor shall provide the Government with a detailed ?Field Service Report? (FSR). The report shall include, but is not limited to: date and time the contractor was notified, date and time the contractor arrived, name of technician, type/ model/ serial number of equipment serviced, time spent on repair, a description of the malfunction, comments as to the cause of the malfunction, a general description of any parts replaced, date and time the system/ equipment was returned to full operational condition, and the time taken to acquire replacement parts (if applicable). The cited report is to be sent via FedEx, or e-mail, to the DGR indicated on the contract award document within 7 days following the completion of services. Should circumstances arise wherein the contractor is confronted with uncertainty related to performance, or have knowledge of a necessity that has not been previously identified within the limitations of this negotiated agreement, the contractor is instructed to immediately contact and advise the DGR of a potential disparity in requirements, which may adversely impact the ability of the contractor to provide requested and/ or required services. In the event of the unavailability of the DGR, wherein modification of this contract may be either be implicated or implied, the contractor shall not undertake any additional actions without receipt of written approval from the Contracting Officer. If circumstances develop wherein the contractor is unable to specify the extent of the repairs needed, the contractor is authorized to take the equipment off-site for repair, with approval from the DGR. The equipment shall be repaired, and returned, within 5 business days. If repairs cannot be completed within the allotted timeframe, it shall become incumbent upon the contractor to notify the Fleet Readiness Center Southwest DGR, in a timely manner, of the new delivery date. The purchase of replacement parts identified during a service visit will necessitate a separate procurement document, which will be initiated through the DGR. In the event such items are requested by the Government, they must meet the original equipment manufacturer?s (OEM) standards, and be of equivalent quality. There shall be no additional service charges, other than those specified herein, regardless of when the service is performed, the time spent by service/ maintenance personnel after arrival at the site (or lodging while awaiting the arrival of additional personnel, equipment, or the delivery of materials and/ or parts), or for transportation to, or from, other sites. Overtime work, or work performed outside of normal business hours, are not included in this order. CONTRACT LINE ITEM NUMBERS (CLINs) 0001 Annual Service Maintenance Agreement for the DA8 Interferometer (S/N IZM33021) and related ancillary equipment, at the Fleet Readiness Center Southwest (FRCSW). Performance for 1 year beginning 01 October 2007 through 30 September 2008. Contractor shall provide a quarterly service price. Equipment listed as separate subCLINs. 000101 DA8 Interferometer. Part Number: DA8. 000102 Deuterium Lamp Arc Discharge. Part Number: IMA45. 000103 Motorized Input Collimator. Part Number: IMA70. 000104 Quartz, Visible Beamsplitter 10 CM. DIA. Part Number: IMB2100L. 000105 MCT Detector, 500 to 5,000 CM-1. Part Number: IPH4800G. 000106 Silicon Detector Silicon Photo-Diode. Part Number: IPH5600L. 000107 Vacuum Option. Purge/ Vacuum Control. Part Number: -V. 000108 No Computer. Part Number: -N. 000109 DA8 MS Optical Configuration. Part Number: -S. 000110 0.013 CM-1 Scanning Mechanism. Part Number: -2. 000111 INSB Detector. Part Number: IOH-1002. 000112 INGAAS Detector. Part Number: IOH1069/ IOH1061. 000113 DTGS-CSI Detector. Part Number: IPH5400L. 000114 KBR Beamsplitter. Part Number: IBM1900L. 000115 CAF2 Beamsplitter. Part Number: IMB2200L. 000116 Quartz-UV Beamsplitter. Part Number: IMB3400L. 1001 Annual Service Maintenance Agreement for the DA8 Interferometer (S/N IZM33021) and related ancillary equipment, at the Fleet Readiness Center Southwest (FRCSW). Optional performance for 1 year beginning 01 October 2008 through 30 September 2009. Contractor shall provide a quarterly service price. Equipment listed as separate subCLINs. 100101 DA8 Interferometer. Part Number: DA8. 100102 Deuterium Lamp Arc Discharge. Part Number: IMA45. 100103 Motorized Input Collimator. Part Number: IMA70. 100104 Quartz, Visible Beamsplitter 10 CM. DIA. Part Number: IMB2100L. 100105 MCT Detector, 500 to 5,000 CM-1. Part Number: IPH4800G. 100106 Silicon Detector Silicon Photo-Diode. Part Number: IPH5600L. 100107 Vacuum Option. Purge/ Vacuum Control. Part Number: -V. 100108 No Computer. Part Number: -N. 100109 DA8 MS Optical Configuration. Part Number: -S. 100110 0.013 CM-1 Scanning Mechanism. Part Number: -2. 100111 INSB Detector. Part Number: IOH-1002. 100112 INGAAS Detector. Part Number: IOH1069/ IOH1061. 100113 DTGS-CSI Detector. Part Number: IPH5400L. 100114 KBR Beamsplitter. Part Number: IBM1900L. 100115 CAF2 Beamsplitter. Part Number: IMB2200L. 100116 Quartz-UV Beamsplitter. Part Number: IMB3400L. 2001 Annual Service Maintenance Agreement for the DA8 Interferometer (S/N IZM33021) and related ancillary equipment, at the Fleet Readiness Center Southwest (FRCSW). Optional performance for 1 year beginning 01 October 2009 through 30 September 2010. Contractor shall provide a quarterly service price. Equipment listed as separate subCLINs. 200101 DA8 Interferometer. Part Number: DA8. 200102 Deuterium Lamp Arc Discharge. Part Number: IMA45. 200103 Motorized Input Collimator. Part Number: IMA70. 200104 Quartz, Visible Beamsplitter 10 CM. DIA. Part Number: IMB2100L. 200105 MCT Detector, 500 to 5,000 CM-1. Part Number: IPH4800G. 200106 Silicon Detector Silicon Photo-Diode. Part Number: IPH5600L. 200107 Vacuum Option. Purge/ Vacuum Control. Part Number: -V. 200108 No Computer. Part Number: -N. 200109 DA8 MS Optical Configuration. Part Number: -S. 200110 0.013 CM-1 Scanning Mechanism. Part Number: -2. 200111 INSB Detector. Part Number: IOH-1002. 200112 INGAAS Detector. Part Number: IOH1069/ IOH1061. 200113 DTGS-CSI Detector. Part Number: IPH5400L. 200114 KBR Beamsplitter. Part Number: IBM1900L. 200115 CAF2 Beamsplitter. Part Number: IMB2200L. 200116 Quartz-UV Beamsplitter. Part Number: IMB3400L. CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFARS provisions, see http://farsite.hill.af.mil/. FAR 52.202-1 Definitions 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (ALT. I) FAR 52.204-7 Central Contractor Registration FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (ALT. 1) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies with the following applicable clauses for paragraph (b): FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-5, Trade Agreements; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.216-1 Type of Contract filled in with ?firm fixed price.? FAR 52.222-3 Convict Labor FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 ? Restrictions on Certain Foreign Purchases FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-17 Interest FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop Work Order FAR 52.243-1 Changes ? Fixed Price FAR 52.246-4 Inspection of Services?Fixed Price FAR 52.247-34 F.O.B. Destination FAR 52.249-2 Termination for Convenience of the Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004ALT A Required Central Contractor Registration DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representation and Certifications ?Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses applicable for paragraph (a): FAR 52.203-3 Gratuities, and the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252-225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of supplies By Sea) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report Contact the Contract Specialist for the full text of Local Clauses at catherine.winkler@navy.mil Local Clauses L-331 Review of Agency Protests and L-332 Unit Prices The Government intends to make a single award. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals; the Government will consider all responsive offers received no later than October 5, 2007 at 12:00 p.m.
 
Place of Performance
Address: Fleet Readiness Center Southwest (FRCSW), Bldg. 469-S, Code 49220, PO Box 357058, NAS North Island, San Diego, CA 92135-7058,
Zip Code: 92135-7058
Country: UNITED STATES
 
Record
SN01425383-W 20071001/070929223408 (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.