|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 28,1999 PSA#2442FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 J -- RENEWAL OF SERVICE MAINTENANCE FOR DOSIMETRY SERVICES SOL
N00189-99-Q-9265 DUE 092799 POC Nicole Wohl 1-(757)-443-1450 This is a
modification of the previously announced solicitation
N00189-99-Q-9265. The Government intends to award this requirement for
Navy Environmental Health Center, 2510 Walmer Ave., Suite A, Norfolk,
VA., 23513-2617, under sole source procedures to BICRON NE. 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; quotes are being requested and a
written solicitation will not be issued. The solicitation number for
the procurement is N00189-99-Q-9265 and is being issued as a Request
for Quote. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 12.
The line items are as follows: Contract Period 01 Oct 99 through 30
Sept 00 Contract Line Item (CLIN) 0001 -- 1 lot renewal of service
maintenance for Naval Dosimetry Center equipment including: 3 planned
visits/1 ea. planned visit/major replacement parts/NVLAP exposures at
battelle CLIN 0002 -- 1 lot emergency whole body & extremity reader
availability. The contractor shall propose for one base year plus four
option years: 1 Oct 00 through 30 Sept 01/1 Oct 01 through 30 Sept
02/1 Oct 02 through 30 Sept 03/1 Oct 03 through 30 Sept 04. The same
description will apply for all years. Invoices will be issued on a
quarterly basis. The Statement of Work in its entirety reads as
follows: This procurement involves the service/maintenance for the
following Naval Dosimetry Center equipment: (a) 5 each Model 8800 TLD
Readers (1 reader is physically located off site at Naval Research Lab)
(b) 4 each TLD Card ID Stations (c) 1 each Model 6600 TLD Reader (d) 1
each Model 6600E TLD Reader (e) 1 each Model 6610C Card Irradiator.
Service includes unlimited telephone technical support and the
following: (1) 3 regularly scheduled onsite maintenance visits and one
emergency onsite visit per year. The 3 regularly scheduled visits
should be equally spaced throughout the year at a mutually convenient
time. (2) Once a year, during an onsite visit, also travel to the NDC
remote site, at the Naval Research Laboratory (NRL), and perform
maintenance tasks on equipment. (3) The following maintenance items
should be performed on all pieces of equipment listed in this
agreement: (a)clean/inspect/test;
mechanical/electrical/optical/phototronic; subsystems and components
(b) as necessary, adjust the mechanical/electrical/optical/phototronic
parameters to be within factory specifications (c) replace worn or
broken parts and components (d) repair any broken or malfunctioning
equipment (e) install firmware and software upgrades as they become
available (f) inspect and ensure all radiation components are safe and
working properly. (4) Train NDC Supervisory Staff and Technicians on
the use of new features, components, or equipment. (5) Provide updated
equipment and software manuals as they become available. (6) Provide
a written statement with each visit stating what was done on each piece
of equipment. In addition, NDC requests contractor to provide emergency
whole body and extremity readers in the case of a catastrophic event in
which all processing capability of NDC is eliminated. NDC currently
processes an average of 16,000 whole body dosimeters per month and 1700
extremity dosimeters per month. Readers are to be provided within 48
hours of notifying contractor and shall be made available for use by
NDC staff at the contractor's factory site (Note that this is a
separate line item). NDC also requests the contractor provide 100
irradiations from PNNL for NVLAP accreditation testing. NDC staff will
designate irradiation energies and fields (Please quote the price per
irradiation in case additional irradiations are needed). The FOB
destination is Naval Dosimetry Center, NEHC detachment, NNMC, 8901
Wisconsin Ave., Bldg. 4/6, 4th floor/room 4174, Bethesda, MD
20889-5614. The contract resulting from this solicitation will be a
firm fixed price type contract. The following factors shall be used to
evaluate offers: (i) Technical capability of the services offered to
meet the Government's requirement; (ii) Price. The government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforms to the lowest technically acceptable price
or the most advantageous price to the government. The government
reserves the right to award the contract to other than the lowest price
offeror. The following FAR provisions and clauses apply to this
solicitation and are incorporated by reference: FAR 52.212-1,
Instructions to Offerors -- Commercial Items, apply the following: a
price proposal on letterhead or a proposal cover sheet signed and dated
that contains the requested items with unit prices/extended unit
prices, payment terms, remittance address, solicitation number, time
specified for receipt of offers, name/address/telephone number of
offeror and any other documentation specified herein. Provisions
applicable to this solicitation include FAR 52.222-22, Previous
Contracts and Compliance Reports (Feb 99)/ FAR 52.222-25, Affirmative
Action Compliance (Apr 1984). The contractor shall include a complete
copy of 52.212-3, Offeror Representations and Certifications --
Commercial Items and DFAR 252.212-7000, Offeror Representations and
Certifications -- Commercial Items (Nov 1995) with their offer. A copy
may be provided by the Contract Specialist if requested. The following
clauses apply to this solicitation and are hereby incorporated by
reference: FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items and any addenda applies to this acquisition. Clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items, subparagraphs (b)
(1)/(3)/(8)/(11)/(12)/(13)/(14)/(15)/(20); (c) (1)/(2)/(3) and any
additional FAR clauses cited in the clause that are applicable to this
acquisition. Additional clauses are as follows: FAR 52.233-1, Disputes
(Dec 98)/FAR 52.233-3, Protest After Award (Aug 96)/FAR 52.232-33,
Mandatory Info for Electronic Funds Transfer Payment (Aug 96)/FAR
52.246-25 Limitation of liability -- Services (Feb 97)/FAR 52.217-8,
Option to Extend Services (Aug 89)/FAR. 52.217-9, Option to Extend the
Term of the Contract (Mar 89). The following DFAR provisions and
clauses apply to this solicitation and are incorporated by reference:
DFAR 252.204-7004, Required Central Registration (Mar 1998)/ DFAR
252.225-7000, Buy American Act -- Balance of Payments Program
Certificate (Dec 1991)/ DFAR 252.225-7001, Buy American Act and Balance
of Payments Program (Mar 1998)/ DFAR 252.212-7000, Offeror
Representations and Certifications -- Commercial Items (Nov 1995)/ DFAR
252.212-7001, Contract Terms and Conditions to Defense Acquisitions of
Commercial Items (Jan 1999)/DFAR 252.223-7001, Hazard Warning Labels
(Dec 1991). All responses to this solicitation shall be faxed to
1-(757)-443-1424 attn: Nicole Wohl, Contract Specialist, on or before
4:00PM, EST, 27 Sept. 1999. Point of contact for this combined
synopsis/solicitation is Nicole Wohl at 1-(757)-443-1450. This is a
synopsis/solicitation in one; no solicitation will be issued. Posted
09/24/99 (W-SN384134). (0267) Loren Data Corp. http://www.ld.com (SYN# 0028 19990928\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|