SOLICITATION NOTICE
J -- SERVICE AND SUPPORT AGREEMENT
- Notice Date
- 2/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- DTCG40-03-Q-59025
- Archive Date
- 3/6/2003
- Point of Contact
- Sue Wiedmann, Purchasing Agent, Phone 410-762-6502, Fax 410-762-6056, - Cecelia Whitehead, Contracting Officer, Phone 410-762-6495, Fax 410-762-6056,
- E-Mail Address
-
swiedmann@elcbalt.uscg.mil, cwhitehead@elcbalt.uscg.mil
- Description
- The U.S. Coast Guard (USCG) Engineering Logistics Center (ELC) intends to award a repair agreement for one base year with possible 4 option years for a Schlumberger S645 Automated Test Equipment System, Serial Numbers 48, 79 and 128. The Schlumberger S645 is used by the U.S. Coast Guard Engineering Logistics Center to test printed circuit cards. Base period of performance is to be from date of award to 9/30/03. Option Year 2 to be 10/1/03-9/30/04 Option Year 3 to be 10/1/04-9/30/05 Option Year 4 to be 10/1/05-9/30/06 Option Year 5 to be 10/1/06-9/30/07 Equipment is located at USCG ELC, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226. Line item no. 1: Offeror shall provide a flat rate price for each system's monthly repair/replacement. For this fixed, monthly fee, the USCG intends to turn in items for inspection/repair and receive a repaired replacement back within 5 days. Parts shall be shipped to USCG. Line item no. 2: Offeror shall provide a "Not to exceed" price for repairs that may be caused by negligence, willful abuse, fire, accident or abnormal cause. Offeror shall provide their loaded hourly labor rate and a price list for all possible parts needed. A Department of Labor (DOL) wage determination shall be incorporated in any order awarded as the result of this solicitation. Repairs shall be accomplished in accordance with OEM standards and procedures. Offeror shall provide a copy of their warranty terms with their quotation. It is the Government's belief that only Diagnosys Systems, Inc., has the capability required to successfully repair these items. No drawings, specifications or schematics are available from this agency. All information is proprietary to Diagnosys Systems, Inc., Any quotation submitted in response to this notice must be on the offeror's letterhead and must include; proposed delivery in days, warranty, OEM repair standards & procedures in , the federal Tax Information Number and DUNS Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 02). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The due date for submission of quotations shall be no later than 19 February 2003. It is the Government's intention to solicit and award a purchase order to Diagnosys Systems, Inc., and/or their authorized distributor/dealer. However, interested sources that possess the capabilities of obtaining the required technical, electronic and manufacturing data from Schlumberger Systems and possess the capabilities of manufacturing/repairing these items, can submit information regarding these capabilities. This information must include (1) complete and current electronic data to demonstrate the acceptability of the offered part (i.e. salient physical, functional, and serviceability characteristics), or (2) data that the offered part(s) have been satisfactorily manufactured for the Government or the OEM. This information must be received within five working days from the date of this publication. Inquiries/information received after the established deadline shall NOT be considered for this particular acquisition. The submission of data for review shall not impede award of a purchase order. The Government does not intend to pay for information solicited. This solicitation and incorporated provisions and clauses are those in effect through FAR 2003. NAICS code for this solicitation is 811219 and the small business size standard is $6.0. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 (OCT 2000) Instructions to Offerors-Commercial Items. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JULY 2002) with Alt 1 included (APRIL 2002). FAR 52.212-4 (FEB 2002) Contract Terms and Conditions-Commercial Items. FAR 52.212-5 (MAY 2002) Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act, Balance of Payments Program, Supplies (41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (E.O. 12722,12724,13059,13067,13121, and 13129); 52.232-33, Payment by Electronics Funds Transfer- Central Contractor Registration (21 U.S.C. 3332), the time period mentioned in paragraph (b)(1) of the clause is concurrent with the first request. The following items are incorporated as addenda to this solicitation: TAR clause 1252.211-90 Bar Coding Requirements (OCT 1996). TAR clause 1252.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (OCT 1994). Copies of TAR clauses may be obtained electronically at http://www.dot.gov/ost/m60. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), short-term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. See note 26.
- Record
- SN00253507-W 20030207/030205213401 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |