|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015National and Imagery and Mapping Agency, 4600 Sangamore Road, PCC-E,
MS/D-6, Bethesda, Maryland, 20816-5003 J -- HIGH VOLTAGE EQUIPMENT MAINTENANCE SOL NMA401-98-T-0003 DUE
021398 POC Mr. Keith Holloway, Contract Specialist, or Ms. Andrea
McClendon, Contract Specialist, (301)227-5130 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in 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. This solicitation, Number
NMA401-98-T-0008, is being issued as a Request for Quotation. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-03. The National
Imagery and Mapping Agency intends to issue an order for the following
services: The contractor shall provide all labor, test equipment,
transportation and materials necessary to provide all testing, cleaning
and inspections of all Switchgear Equipment located at 4600 Sangamore
Road, Bethesda, MD in accordance with the SOW and Section B as follows:
CLIN 0001: 1 System located at Erskine Hall from the date of award
through 30 September 1998. CLIN 0002: 1 System located at Roberdeau
Hall from the date of award through 30 September 1998. CLIN 0003: 1
System located at Maury Hall from the date of award through 30
September 1998. CLIN 0004: 1 System located at the Sumner Substation
from the date of award through 30 September 1998. CLIN 0005: 1 System
located at the Fremont Building from date of award through 30 September
1998. CLIN 0006: 1 System located at the Ruth Building from the date of
award through 30 September 1998. Normal hours of operation are from
6:30 AM to 4:00 PM (local time) Monday through Friday, excluding
federal holidays. The following provisions apply to this solicitation:
FAR 52.212-1, "Instructions to Offerors-Commercial Items"; FAR
52.212-5 "Contract Terms and Conditions Required to Implement Statues
or Executive Orders-Commercial Items". Additionally, all offeror's are
advised to include a completed copy of the provisions at FAR 52.212-3,
" Offeror Representations and Certifications-Commercial Items" with its
offer. Award will be in accordance with FAR 52.212-2,
"Evaluation-Commercial Items" (a) The following factors shall be used
to evaluate offers in descending order of importance: A. Technical
Approach: 1. Operation: i. Inspections and ii. Tests. 2. Company Owned
Test Equipment/Instruments. B. Personnel: Key Personnel. C.
Management: 1. Past Performance, 2. Project Management/Quality Control,
and 3. NETA Certification. D. Price. The site visit for this
requirement is to be held 27 January 1998 at 9:00 AM. All interested
parties are to meet in the lobby of Erskine Hall. All offers are due to
be received not later than 13 February 1998. See Note 1. For
information regarding this solicitation contact Mr. Keith Holloway or
Ms. Andrea McClendon at (301)227-5130. All interested parties which
responded to the synopsis identified under NMA401-97-T-0003 NEED NOT
RESUBMIT INFORMATION. (0016) Loren Data Corp. http://www.ld.com (SYN# 0052 19980121\J-0017.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|