Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23, 2001 PSA #2921
SOLICITATIONS

J -- SERVICE / MAINTENANCE CONTRACT ON FOOD SERVICE EQUIPMENT AT THE NAVAL HOSPITAL CAMP PENDLETON

Notice Date
August 21, 2001
Contracting Office
937 North Harbor Drive, San Diego CA 92132-0212
ZIP Code
92132-0212
Solicitation Number
N00244-01-T-1101
Response Due
September 5, 2001
Point of Contact
Contract Specialist @619-532-2588; fax 619-532-2347
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. 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 visit the Internet at http://www.ccr2000.com/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitute s the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-01-T-1101 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 7629 (NAICS 811219), and the business size standard is $5 million. The agency need is for a maintenance / service contract on government owned food service equipment located at the Nutrition Management Department at the Naval Hospital Camp Pendleton. (To see a full listing of equipment please review hard copy of the RFQ on the NECO site listed herein). The statement of work is as follows: 1. The Contractor shall furnish all lab or, supervision, tools, materials (nuts, bolts, screws, misc.), equipment, transportation, and management necessary to provide preventive maintenance, repair, and certification services for galley equipment. 2. The contractor shall agree to all services being performed on-site by trained and certified technicians qualified to work on Food Processing Systems and related equipment. No piece of equipment will be removed from Naval Hospital Camp Pendleton, without written authorization from the Head, Nutrition Management Department, or his designated representative (s). 3. The contractor shall perform monthly preventative maintenance inspections and unlimited emergency calls to keep all equipment working at full performance levels and proper operation. Times and dates will be coordinated between the contractor's technician and the authorized government representative. The contractor shall schedule and arrange work to cause the least interference with the normal occurrence of government business and department mission. Because of the daily operations of the Nutrition Department, alternate schedules can be arranged for the convenience of the staff through the Head, Nutrition Department, or his designated representative, to minimize the impact of the interference, inconvenience, equipment downtime and interrupted service. 4. The contractor shall provide service reports for each preventive maintenance inspection and emergency call, in accordance with the standard industry practices. Services shall include, but not be limited to : a) work performed b) status of any replacement part on order c) projected down-time and / or repair schedule d) itemized list or parts used and pricing, if authorized e) printed name and signature of Technician f) printed name and signature of authorized government employee 5. There will be unlimited emergency calls during normal working hours, 0600 -- 1800, Monday through Friday, holidays and weekends excluded. Response time will be within 24 hours from receipt of maintenance request. Overtime work (after 1800, weekends and holidays) is not provided under the terms of this contract. If overtime is necessary, it will be covered under a separate purchase order and will be at the prevailing company rate. 6. The contractor shall furnish and install all required repair and replacement parts except consumables. All parts not covered under regular terms will be billed as separate items under line item clin 0002 and listed on the invoice. Any parts costing more than $100.00 will be submitted for approval to the Nutrition Management Department before installation. 7. The cont ractor shall perform necessary calibration, installation, adjustments, safety and operational checks to ensure equipment meets all of the manufacturer's specifications. Repair will be defined as overhaul, reprocessing or replacement of constituent parts or materials that have deteriorated by action of the element or usage and have not been corrected through maintenance, or replacement of the entire unit or system if beyond economic repair. The contractor shall provide new or factory reconditioned parts and components when providing maintenance and repair. All replacement units, parts, components, and materials to be used in the maintenance and repair must be compatible with the existing equipment on which is to be used, of equal or better quality than original equipment specification and shall comply with applicable government commercial, or industrial standards and specific ations. 8. The contractor will make any engineering changes or updates to the equipment as required by the manufacturer or regulatory agencies, for operation safety or increased equipment reliability. 9. No government parts, services, materials, facilities, or equipment are to be furnished to the contractor except those facilities that are available to the general public (restrooms, drinking fountains, pay telephones, etc.). 10. The contractor shall maintain sufficient off-the-shelf materials and equipment on hand to support the service call work requirements. Lack of availability of materials, equipment, or personnel shall not relieve the contractor from the requirement of complete service call work. 11. Billing is to be on a monthly basis, in arrears. Payment to be made by Government purchase card belonging to Myrrh Brown. 12. Persons authorized to place call s against this contract: a) Head Nutrition Department or his authorized representative b) Myrrh Brown, lead purchasing agent c) Johanna Clark, purchasing agent d) Estonia Gamut, purchasing agent e) Brigitte Lowe, purchasing agent f) Tracy Spencer, SK2, USN This contract is for a base year and three option years, commencing on 10/1/01. This requirement is for a fixed priced contract. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, 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. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Busines s Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balan ce of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. 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. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accesse d on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 09-05-01, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachme nt to an e-mail should be sent in Word Version 6.0 or higher.
Web Link
click here to download a hard copy of the RFQ (http://www.neco.navy.mil)
Record
Loren Data Corp. 20010823/JSOL016.HTM (D-233 SN50V689)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 21, 2001 by Loren Data Corp. -- info@ld.com