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
|
|
|