Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2020 SAM #6646
SOLICITATION NOTICE

J -- X-Ray System Maintenance and Repair Services

Notice Date
2/7/2020 10:25:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420Q0009
 
Response Due
3/4/2020 12:00:00 PM
 
Archive Date
03/19/2020
 
Point of Contact
Tanika L. Posey, Phone: 3017441976
 
E-Mail Address
tanika.posey@navy.mil
(tanika.posey@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. The commercial services are being acquired IAW FAR Subpart 13.5 �Simplified Procedures for Certain Commercial Items.� This announcement constitutes the only solicitation and quotes are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice effective 31 May 2019. Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technical Division (NSWC IHEODTD), X-ray Branch has a requirement for preventive maintenance, emergency services, and repair service and/or parts as needed for four (4) 21 Code of Regulations (CFR) Cabinet X-ray Systems, three (3) installed industrial Shielded Facility X-ray Systems and one (1) Field Portable X-ray System. The contractor shall provide the following services: Preventive Maintenance A service that shall be provided every six (6) months to help prevent equipment breakdowns. Corrective Intervention / Repair Services: Emergency Services � A service that shall be provided no more than six (6) times a year. This could be an equipment breakdown between preventive maintenance calls. This service shall be performed on-site for installed equipment and within seventy-two (72) hours after notification of equipment breakdown. On-Site Repairs � A service performed at the Government�s facility that is not to exceed six (6) times a year. This could be an equipment breakdown between preventive maintenance calls. This includes repairs required for normal wear from regular use or from unusual events, such as but not limited to power surges. Off-Site Repairs � A service performed at the contractor�s facility, limited to a maximum labor and material cost as defined in section B.� This may include but is not limited to green tube conditioning and/or X-ray tube evaluation. **Please review Statement of Work (SOW) for an extended description of the requirements of this action. The following option clause applies to this acquisition (see solicitation for clause by full-text): FAR 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) This requirement is being issued as a Total Small Business Set-Aside. The NAICS code is 333999, the size standard is 500 employees, and the FSC is J036. The method of Source Selection will be based on Lowest Price Technically Acceptable (LPTA). Offerors must meet aforementioned salient characteristics to be determined technically acceptable. The Government reserves the right to consider past performance information available from sources including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The resulting contract will be an Indefinite Delivery Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP) Commercial Services contract. UNLESS AVAILABLE VIA System for Award Management (SAM), THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF FAR 52.212-3, Offeror Representation and Certifications - Commercial Items PROVISION WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE. All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Combined Synopsis/Solicitation should be submitted and shall contain the following information: Solicitation number; Time specified for receipt of offers; Name; Address; Telephone number of offeror; Terms of the expressed warranty; Price; Payment terms; Any discount terms; F.O.B. Destination; CAGE code;� DUNS number; Tax ID number; and Acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price, and total amount. Offerors that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration. 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2019) 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Aug 2019) 52.216-19, Order Limitations (Oct 1995) 52.216-22, Indefinite Quantity (Oct 1995) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 252-204-7006, Billing Instructions (Oct 2005) 252.216-7006, Ordering (Sep 2019) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Are Workflow Payment Instructions (Dec 2018) **Please see the attached solicitation for full text clauses and additional information regarding this procurement. Offerors responding to this solicitation may submit their quote via email to Tanika L. Posey at tanika.posey@navy.mil. Responses should include the following: Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of items, shipping fees, etc. The company's CAGE code, Dun, and Taxpayer ID number. All FAR certifications and representations must also accompany the quote unless available via the System for Award Management (SAM). Any questions must be submitted 15 days after issuance of this solicitation. Offers must be received no later than 3:00 p.m. EST on 04 March 2020. **Submit offers to Tanika L. Posey via e-mail: tanika.posey@navy.mil. Offerors are reminded that ALL proposal information must be received no later than the date and time specified in this paragraph. Any information received after that date/or time will be deemed late and will not be considered for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22cff5097dd14be5ba5aa2615ce1ec5d/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN05554519-F 20200209/200210120628 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.