Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2013 FBO #4172
SOLICITATION NOTICE

J -- Preventative Maintenance for Fuel Laboratory Equipment

Notice Date
4/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060413T3069
 
Response Due
4/30/2013
 
Archive Date
5/15/2013
 
Point of Contact
GINA K. JOHNSON 808-473-7554
 
E-Mail Address
gina.johnson@navy.mil
(gina.johnson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services. The NAVSUP Fleet Logistics Center, Pearl Harbor, Contracting Department, intends to negotiate an unrestricted sole source contract with PerkinElmer Health Science, Inc. Award will be conducted under the procedures and provisions of FAR Part 12.6 Commercial Services and FAR Part 13.501 (a)(1)(ii) Simplified Acquisition Procedures. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-13-T-3069. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130419. 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: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm The NAICS code is 334516 and the Small Business Standard is 500. All prospective vendors providing quotes are responsible for monitoring this site for the release. The NAVSUP FLC Pearl Harbor Contracting Department requests responses from qualified sources capable of providing: Base Year: CLIN 0001, Preventative Maintenance on Semi-annual and annual preventative maintenance is required on an Optical Emission Spectrometer, Model Optima 2000DV, Serial number 080N2092501, an Autosampler, Model AS93 Plus, Serial number 930S2080136 and an Polyscichiller, Serial number G18112. The base year Period of Performance will begin 01 May 2013 through 30 Apr 2014. The location will be FLC Pearl Fuel Laboratory, Pearl Harbor Hawaii 96860. Option Year 1 (OY1): CLIN 1001, Preventative Maintenance on Semi-annual and annual preventative maintenance is required on an Optical Emission Spectrometer, Model Optima 2000DV, Serial number 080N2092501, an Autosampler, Model AS93 Plus, Serial number 930S2080136 and an Polyscichiller, Serial number G18112. The OY1 Period of Performance will begin 01 May 2014 through 30 Apr 2015. The location will be FLC Pearl Fuel Laboratory, Pearl Harbor Hawaii 96860. Option Year 2 (OY2): CLIN 2001, Preventative Maintenance on Semi-annual and annual preventative maintenance is required on an Optical Emission Spectrometer, Model Optima 2000DV, Serial number 080N2092501, an Autosampler, Model AS93 Plus, Serial number 930S2080136 and an Polyscichiller, Serial number G18112. The OY2 Period of Performance will begin 01 May 2015 through 30 Apr 2016. The location will be FLC Pearl Fuel Laboratory, Pearl Harbor Hawaii 96860. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.209-5, Certification Regarding Responsibility Matters; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal opportunity for Special Disabled Veterans 52.222-36, Affirmative action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act ”Price Adjustment 52.223-18, Contractor Policy to ban texting while driving 52.225-13, Restriction on Foreign Purchase 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former9 DOD Officials 252.212-7000, Offerer 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: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Request for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea with Alternate III 252.232-7010, Levies on Contract Payments 5252.232-9402, Wide Area Work Flow This Request for Quotation will close on 30 April 2013 at 10:00 A.M. Hawaii Time. Contact Ms. Gina K. Johnson who can be reached at 808-473-7554 or email gina.johnson@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility, technically acceptable low quotes and delivery time. System Award Management. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3069/listing.html)
 
Record
SN03045114-W 20130427/130425234227-b0f9ccfe223a668946414492a1ea9f7a (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.