Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2003 FBO #0568
SOLICITATION NOTICE

J -- REPAIR OF INTERACTIVE ELECTRONIC TECHNICAL MANUALS (IETMS) LAPTOP COMPUTER EQUIPMENT

Notice Date
6/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0036
 
Response Due
7/21/2003
 
Archive Date
8/5/2003
 
Point of Contact
Jessica Tebbenkamp, Contract Specialist, Phone (301) 757-2528, Fax 301-757-2526, - Diana Goostree, Contract Specialist/Team Lead, Phone (301) 757-2520, Fax 301-2628,
 
E-Mail Address
tebbenkampjl@navair.navy.mil, goostreedl@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue a competitive Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price Contract Line Item Numbers (CLINs). This action is set aside for small business under the NAICS code 811212 with a small business size standard of $21 Million. The purpose of this contract is to provide repair services on an as-needed basis for Naval Fleet laptops functioning as Interactive Electronic Technical Manuals (IETMs) viewers. These laptops are Panasonic Toughbooks (Models 27/28/48). 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-03-R-0036 is issued as a request for proposal (RFP). It is anticipated that no discussions shall be held with offerors prior to award of the resulting contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-12 and Defense Acquisition Circular 20021220. The term of this contract shall be a 12-month base period and four 12-month option periods. The CLINs to be utilized on this contract are: Base Period- 0001 Screen repair, 0002 Chassis repair, 0003 Hard drive repair, 0004 Battery replacement, 0005 Keyboard replacement, 0006 Motherboard replacement, 0007 Power cable replacement, 0008 RAM replacement, 0009 Mouse repair, 0010 Power supply repair, 0011 CPU repair, 0012 DVD drive repair/replacement, 0013 FDD repair/replacement, 0014 Battery charger repair/replacement, 0015 Shipping, Option Period 1- 0101 Screen repair, 0102 Chassis repair, 0103 Hard drive repair, 0104 Battery replacement, 0105 Keyboard replacement, 0106 Motherboard replacement, 0107 Power cable replacement, 0108 RAM replacement, 0109 Mouse repair, 0110 Power supply repair, 0111 CPU repair, 0112 DVD drive repair/replacement, 0113 FDD repair/replacement, 0114 Battery charger repair/replacement, 0115 Shipping, Option Period 2- 0201 Screen repair, 0202 Chassis repair, 0203 Hard drive repair, 0204 Battery replacement, 0205 Keyboard replacement, 0206 Motherboard replacement, 0207 Power cable replacement, 0208 RAM replacement, 0209 Mouse repair, 0210 Power supply repair, 0211 CPU repair, 0212 DVD drive repair/replacement, 0213 FDD repair/replacement, 0214 Battery charger repair/replacement, 0215 Shipping, Option Period 3- 0301 Screen repair, 0302 Chassis repair, 0303 Hard drive repair, 0304 Battery replacement, 0305 Keyboard replacement, 0306 Motherboard replacement, 0307 Power cable replacement, 0308 RAM replacement, 0309 Mouse repair, 0310 Power supply repair, 0311 CPU repair, 0312 DVD drive repair/replacement, 0313 FDD repair/replacement, 0314 Battery charger repair/replacement, 0315 Shipping, Option Period 4- 0401 Screen repair, 0402 Chassis repair, 0403 Hard drive repair, 0404 Battery replacement, 0405 Keyboard replacement, 0406 Motherboard replacement, 0407 Power cable replacement, 0408 RAM replacement, 0409 Mouse repair, 0410 Power supply repair, 0411 CPU repair, 0412 DVD drive repair/replacement, 0413 FDD repair/replacement, 0414 Battery charger repair/replacement, 0415 Shipping. Proposals shall be based upon the following annual repair requirements for these laptops: 20 screen repairs, 10 chassis repairs, 3 hard drive repairs, 10 battery replacements, 3 keyboard replacements, 1 motherboard replacement, 1 power cable replacement, 1 RAM replacement, 1 mouse repair, 1 power supply repair, 1 CPU repair, 1 DVD drive repair/replacement, 1 FDD repair/replacement, 1 battery charger repair/replacement. Each of the following shipping CLINs shall have a Not-To-Exceed value of $25,000.00: 0015, 0115, 0215, 0315, and 0415. Quantities for repair shall be determined at the task order level. Shipping shall be FOB Destination and dates and places of delivery and acceptance shall be identified in individual task orders. The Contractor shall be responsible for the following tasks: (1) Once the Contractor receives a request for repair of a laptop unit, the Contractor shall determine the cost for necessary repair of the laptop and report recommendations for repair and the value of the repair cost to the TPOC (Contract Data Requirements List (CDRL) A002), (2) On units the TPOC designates as ?not cost effective to repair?, the Contractor shall ship the laptop to the return destination designated in each individual order for Government disposition, and (3) On units the TPOC designates as ?cost effective to repair? the Contractor shall make necessary repairs and ship the laptop to the return destination designated in each individual order for inspection and acceptance. The contractor shall complete all repairs at its facility and ship repaired laptops within 5 to 7 business days after receipt of Technical Point of Contact (TPOC) authorization for repair. Once repairs are completed, the contractor shall ship the completed product with a discrepancy/repair form (CDRL A002) to the return destination designated in each individual order. Upon receipt of the repaired product the TPOC will verify satisfactory operation of the laptop and return a signed certificate of compliance (CDRL A003) to the contractor. The contractor shall submit the signed certificates of compliance with the invoice for payment. Shipping to and from the contractor?s repair facility shall be paid for by the contractor, and shall be charged to the repair contract. The contractor shall utilize an insured and traceable method of shipping (express mail quality). Return shipping destination shall be identified in each individual order. The contractor shall use best commercial practices for packaging. Warranty on repairs shall be a minimum of 90 days from the date of acceptance of repaired laptops, or the contractor?s standard commercial warranty, whichever is longer. The contractor shall submit the certificate of compliance with the invoice for payment as proof of repair and acceptance. FAR clauses can be viewed at www.arnet.gov, DFARs clauses can be viewed at www.acq.osd.mil, and NAVAIR clauses can be viewed at www.navair.navy.mil. This combined synopsis/solicitation and DD Form 1423 CDRL?s will appear on the NAVAIR Homepage located at http://www.navair.navy.mil. Go to ?Doing Business,? ?Open Solicitations.? The provision at FAR 52.212-1, Instructions to Offerors-Commercial is applicable. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable. The following factors shall be used to evaluate offers: (1) Technical, (2) Past performance, and (3) Cost/Price. Technical, and past performance, when combined, are significantly more important than cost/price. Factor 1 will be evaluated based on offerors? certification of being an Authorized Panasonic Repair Facility and proof of possession of a bonded storeroom to maintain government property separate from other contractor equipment/property; offerors must provide current documentation of Authorized Panasonic Repair certification and current documentation verifying possession of bonded storeroom described above. Factor 2 will be evaluated based upon a comparison of past performance on similar repair contracts; offerors must provide a list of the last 10 similar repair contracts. This list shall include the following information: contract number, contract date, item descriptions, and customer name and phone number. Factor 3 will be evaluated based upon a cost proposal; offerors must submit a cost proposal in sufficient detail to determine unit price for all repairs, total price for each CLIN, and total contract price. All offerors shall submit an original and three copies of their proposal. All offerors must send a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items with their offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. As per 52.212-5 the following clauses apply: 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-25 Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. NAVAIR 5252.216-9506 Minimum and Maximum Quantities is applicable to this requirement; the minimum quantity is $40,000.00 and the maximum quantity will be the ceiling value of the contract. FAR clauses 52.217-8 Option to Extend Services, and 52.217-9 Option to Extend the Term of the Contract both apply to this requirement. As per FAR 52.217-8 the Contracting Officer may exercise the option by written notice to the Contractor within 60 days. As per FAR 52.217-9 the Government may extend the term of this contract by written notice to the Contractor within no less than 10 days of the base period expiration date or option period expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires, and the total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. FAR clause 52.216-22 Indefinite Quantity is applicable to this requirement; the Contractor shall not be required to make any deliveries under this contract after 120 days. The following FAR clauses also apply to this solicitation: 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-4 Printing/Copying Double Sided on Recycled Paper, 52.211-15 Defense Priority and Allocation Requirements, 52.219-6 Notice of Total Small Business Set-Aside, 51.216-18 Ordering, 52.216-19 Order Limitations, 52.223-6, Drug-Free Workplace, 52.223-13 Certification of Toxic Chemical Release Reporting, 52.223-14 Toxic Chemical Release Reporting, 52.227-1 Authorization and Consent, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-2 Service of Protest, 52.242-13 Bankruptcy, 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference. DFAR clause 252.204-7004 Required Central Contractor Registration applies to this requirement. The following NAVAIR clauses apply to this requirement, 5252.243-9504 Authorized Changes Only by the Contracting Officer, and 5252.246-9503 Year 2000 Compliance. Numbered Note 1 applies. Interested parties may submit proposals in accordance with the solicitation, which has been posted with this synopsis. Proposals must be received by 2:30 PM, EDT, no later than 21 July 2003 via ground mail, fax (301) 757-2526, or email TebbenkampJL@navair.navy.mil. Offers are due to Naval Air Systems Command, AIR-2.5.1.6 ATTN: Jessica Tebbenkamp, Bldg 441, Unit 7, 21983 Bundy Rd., Patuxent River, MD 20670-1127. Any questions regarding this solicitation should be forwarded to Jessica Tebbenkamp via phone (301) 757-2528, fax (301) 757-2526, or at above email address.
 
Record
SN00350702-W 20030620/030618213713 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.