Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,2000 PSA#2652

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

J -- MAINTENANCE ON MINOLTA READER PRINTERS FOR NADEP NORTH ISLAND, SAN DIEGO CA SOL N00244-00-T-1177 DUE 081600 POC Joan Balazs -- FAX 619-532-2347- Phone 619-532-2892 email joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-00-T-1167. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This solicitation is issued on a unrestricted basis. FISC San Diego has a requirement for the following: Necessary Service and Material for Maintenance on two Government owned Minolta Reader Printers -- Product Code: C185484 and C185485 -- Description: Minolta 609Z -- Service NO. 3288S and 3287S. With Feeder, Aperture Card, Auto -- Model No. CFC2,Seruak: 610551 and 610746 -- Plant account No. 00000-023726 and 023727. Contractor to provide on-site/on-calibration/maintenance on the above listed equipment to keep in good operating condition in accordance with manufacturers technical specifications. Maintenance includes all labor, travel and parts with a 24 hour response time Monday through Friday (excluding holidays). Contractor will perform semi-annual preventative maintenance inspections per machine during the contract period, and unlimited emergency repair preventative maintenance calls will be scheduled by the customer at the Naval Aviation Depot. The Contractor shall furnish to the Government a report with date and time of notification and a description of equipment malfunction, General description of parts replaced, comments as to the cause of the malfunction. Upon award, The contractor shall submit to Naval Aviation Depot (NADEP) Security Department, Code 09.2, a letter requesting site clearance for all maintenance personnel. The letter shall include name/s, date/s of birth, place/s of birth, vehicle license number/s, clearance/s contract numberand contract commencement and end dates. The letter shall be required within five (5) working days after contractor receives the order. Invoicing will be monthly in arrears. Acceptance shall be at destination. The period of performance will be as follows: Base period 10/1/2000 to 9/30/2001 plus three (3) option years(10/1/2001-9/30/2002) (10/1/2002- 9/30/2003) and (10/1/2003-9/30/2004). The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies withthe following clauses applicable for paragraph (b), DFAR 252.225-7000 Buy American Act Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. DFAR 252.212-7000 Offeror Representations and Certifications- Commercial Items. DFAR 252.225-7000 Buy American Act Balance of Payments Program Certificate. DFAR 252.225-7006 Buy American Act-Trade Agreements-Balance of Payments Certificate. DFAR 252.225-7020 Trade Agreements Certificate. DFAR 252.225-7035 Buy American Act- North American Free Trade Agreement Implementation Act Balance of Payments Program Certificate. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR 52.222-41 Service Contract Act of 1965. FAR 52.222-43 Fair Labor Standards Act and Service Contract Act. FAR 52.217-5 Evaluation of Options. Wage Determination NO. 94-2057 Rev. (21) Area: San Diego applies and a copy of the Wage Determination is available upon request. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the services offered meet all requirements stated in the above purchase descriptions for Line Items 0001-0004. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later that 3:00 p.m. PST, August 16, 2000, and will be accepted via FAX (619-532-2347) Attn: Joan Balazs. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq.osd.mil/dp/dars/dfars/dfars.html Posted 07/26/00 (W-SN479000). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0037 20000728\J-0010.SOL)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |


Created on July 26, 2000 by Loren Data Corp. -- info@ld.com