SOLICITATION NOTICE
74 -- Maintenance on (3) Canon NP 700 Aperture Card Printers
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
- ZIP Code
- 00000
- Solicitation Number
- M0014611TX062
- Response Due
- 9/12/2011
- Archive Date
- 11/30/2011
- Point of Contact
- Monique Paltan (252) 466-5318 Sherry Kelly (252) 466-2846
- E-Mail Address
-
monique.m.paltan@usmc.mil
(monique.m.paltan@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. M00146-11-Q-X062 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 98-120. (iv) The North American Industry Classification System Code is 811310 with a small business size standard of $7.0 million. (v) Contract line item numbers, quantities, and units of issues: 0001Maintenance service for three (3) Canon NP 700 Aperture Card Printers. QTYUNIT OF ISSUEUNIT COST EXT COST 12Months_____________________ 0002Replacement PartsNTE $2,000 (vi) The Fleet Readiness Center (FRC) East, Cherry Point, NC has a requirement for quarterly Maintenance of three (3) Canon NP 700 Aperture Card Printers STATEMENT OF WORK PERIOD OF PERFORMANCE from 01 Oct 2011 through 30 Sep 2012. 1. The contractor shall provide full service maintenance for three Canon NP 700 Aperture Card Printers, to include preventive maintenance, unlimited service calls, parts, and labor. 2. The contractor shall perform preventive maintenance visits for each printer to include, at a minimum, cleaning and adjustments of the printers. These visits shall be conducted on an on call basis during normal working hours (0800 AM to 0400 PM est). 3. The contractor shall respond to unlimited service calls, with a response time of 24 hours during normal working hours, on an On Call Basis. The Government s Maintenance Services Specialist will contact the contractor s service representative regarding any emergency service calls. 4. Replacement of consumable items such as lamps and drums are covered not to exceed $2,000 (Line Item 0002). The price of parts in support of the preventive maintenance visits will be billed at the contractor's cost, and the contractor's current price list or invoice from the sources from which the part was obtained must be submitted in support for the cost of the parts. 5. Prior to purchasing any additional parts or performing any services or repairs not covered by this purchase order, the contractor s service technician shall contact the Government s Maintenance Services Specialist (252-464-7657), who in turn will contact the Contracting Officer. If determined to be in the best interest of the Government, the Contracting Officer will issue a purchase order for nay required services, parts, repairs, and any other requirements not covered by this purchase order. If the contractor fails to comply with this requirement the Government will be under no obligation to reimburse the contractor for any authorized costs. 6. Equipment Nomenclature and Location: 1)Canon NP Printer 700 Aperture Card Printer Model: NP700 Serial: 2ZG00015 Plant Account Number: 65923-027080 Location: Shop 18000, Building 137 2)Canon NP Printer 700 Aperture Card Printer Model: NP700 Serial: 2ZG00077 Plant Account Number: 65923-028256 Location: Shop 18000, Building 137 3)Canon NP Printer 700 Aperture Card Printer Serial Number: 2ZG00100 Plant Account Number: 65923-029311 Location: Shop 16000, Building 4470 (vii) It is the intent of the government to establish a purchase order to provide these services for a base period of one year, beginning 01 October, 2011. All services shall be performed at the Fleet Readiness Center (FRC) East, MCAS Cherry Point, NC 28533. (viii) Vendor s quote shall include their quoted firm-fixed unit and extended price for preventive maintenance and emergency services for each period of performance. The vendor s quote shall also provide information that demonstrates the ability of their company to perform the services in accordance with the requirements of the Statement of Work. The Government will award a purchase order resulting from this solicitation to the lowest-priced technically acceptable vendor who has a satisfactory past performance record. A technically acceptable vendor is a vendor that demonstrates the ability to perform all requirements of the Statement of Work set forth herein. (ix) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (x) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: 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, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services 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 (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. 252.247-7023 Transportation of Supplies by Sea. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM (End of clause) (xii) Additional purchase order requirements and terms and conditions: (a) CONTRACTOR ACCESS TO MARINE CORPS INSTALLATION If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address stacie.bell@usmc.mil or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information: A)The employer s company/business name B)Contract number and work location C)Contract expiration/termination date D)Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access and/or turnstile access is required. (Normal contractor access is turnstiles only.) As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor. In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [CHPT_PASS-ID_OMB@USMC.MIL] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees. 1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged. 2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker s name, stamp with the Pass & ID stamp, and Criminal Records Check (CRC) Sighted stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: Valid until (expiration date) then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station. The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items: 1. A picture ID from a state or federal agency (i.e. valid driver s license or state identification card) 2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN). 3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers. 4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen. 5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the Sexual Offenders List. This records check must be a complete check covering the period from at a minimum their 18th birthday to present. The CRC must also have a statement in the records check that this is a national records check or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**): A)WWW.INTEGRASCAN.COM B)WWW.SENTRYLINK.COM C)WWW.INFOLINKSCREENING.COM D)WWW.PEOPLESCANNER.COM E)WWW.PUBLICRECORDS-SEARCH.COM F)WWW.SAFERPLACESINC.COM G)WWW.CASTLEBRANCH.COM H)WWW.CRIMINALCBS.COM I)WWW.INTELIUS.COM Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual: A)Is on the National Terrorist Watch List. B)Is illegally present in the United States. C)Is currently debarred or banned from military installations. D)Is a registered sex offender. E)Is a convicted felon within the past 5 years. F)Was convicted of any drug offense within the past 5 years. G)Is subject to an outstanding warrant. H)Has knowingly submitted a false/fraudulent employment questionnaire. Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive. Note the following: Due to recent changes with Privacy laws, social security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor. ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River. (**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted. CONTRACTOR ACCESS TO FLEET READINESS CENTER (FRC) EAST Access to FRC East: For security purposes, contractors wishing to visit the FRC East facility are required to provide a letter requesting access. The letter should be on official company/activity letterhead and must be signed by an official of the requesting organization (other than the visitor). FRC East visit requests must include the following information: Name of Visitor (Last, First, MI) Date and Place of Birth Proof of Citizenship (requests from non-U.S. citizens must be accompanied by legible copies (front and back) of work card showing expiration date. FRC East point of contact and telephone number, Lynn Weeks, (252) 464- 7657. Date and duration of visit Company telephone and FAX numbers and contract number and dates Contract number M00146-11-X-XXXX (c) Visit requests must be addressed to: Commanding Officer Attn: Visitor Control (Code 6.5.2) Fleet Readiness Center East PSC Box 8021 Cherry Point, NC 28533-0021 (d) Visit request must be faxed to 252.464.8867 at least three (3) working days prior to the visit. (e) Additional information regarding access to the Air Station and FRC East is available by phone at 252.464.7397 or by accessing the FRC East web-site at https://www.navair.navy.mil/frce/visinfo.html. Failure to submit the proper visit request information may result in denial of access to the facility. 2. The MCAS Cherry Point main gate is located off NC State Highway 101, Havelock, NC. Visitors without proper vehicle identification are required to check-in at the visitor s center adjacent to the main gate. 3. Contractors are required to wear personal protective equipment (PPE) consisting of hearing protection, eye protection, and safety shoes. PPE will not be provided by the facility. Contractor representatives without the appropriate PPE will not be allowed access to the facility. (b) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (xiii) The Defense Priorities and Allocations Systems (DPAS) assigned rating is DO-S1. (xiv) Quotes submitted in response to the notice must be received no later than 3:00 p.m., EST on 14 Sept 2011. Quotes may be e-mail to monique.m.paltan@usmc.mil; faxed to 252.466.3452, or delivered via FedEx, UPS, etc. to Cherry Point Satellite Contracting Office, Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 a.m. and 4:00 p.m EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611TX062/listing.html)
- Record
- SN02557716-W 20110902/110901000255-1b349f08aef34299b96896b15eb02a5b (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 |