Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2004 FBO #1103
SOLICITATION NOTICE

J -- FISC San Diego, has a requirement for a Maintenance/Service contract for Government Owned Tennant Sweepers/Scrubbers Models: 830's,810,550 and 7400.

Notice Date
12/1/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405RC002
 
Response Due
12/10/2004
 
Archive Date
1/9/2005
 
Description
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 a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 24. This Procurement is issued as an unrestricted procurement, under Standard Industrial Code 3496 (NAICS Code IS333319). FISC San Diego has a requirement for the following: Service and Maintenance Contract for 7ea. Government Owned Tennant Sweeper/Scrubbers equipment for One Base Year and Two Option Years at 3 Sites. In according to Tennant Manual 830-1. Must be authorized Tennant Repair Service Rep within the San Diego, CA area. The agency need is as follows 1.)Location: Naval Station, San Diego, Ca! . 4 each Tennant Sweeper/Scrubbers, Models: 830-3613; 830-3835; 550-6184 and 810-3177. 2.) Location: SUBASE Point Loma, Ca 2 each Tennant Sweeper/Scrubbers, Models: 810-3178 and 7400-4888. 3.) Location: NAS North Island 1 each Tennant Sweeper/Scrubber, Model: 830-3721. Contractor is to provide Full Service that covers all maintenance listed in the Tennant Services 830?s 810?s 550?s and 7400?s. But are not limited to Planned check-ups to major repairs, as well as installation of wear items. It is the contractor responsibility to establish and coordinate with the Government Point Of Contact for the Preventative Maintenance Inspection Visit. Contractor shall provide all test equipment (including all tools, diagnostic and alignment devices, meters, etc). Diagnostic software, maintenance schedules, supplies and services. Replacement Parts are authorized, only if they meet the original equipment manufacturer?s standards and are of ?Equivalent Quality?. Approval to remove the! equipment from the government facility must be obtained from the POC?s named provided at award. The equipment shall be repaired and returned within Five (5) working days. If parts or material cannot be completed within the authorized timeframe. Then it shall be the responsibility of the contractor to notify the government point of contact to determine a new delivery date. Period of performance December 2004 through 30 September 2005. The requirement is for a firm-fixed price type contract. Contractor must be able to provide item within 12 months after receipt of order. In accordance with 52.211-8 Time of Delivery, all deliverables must be shipped to ?San Diego CA 92132? in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision ! and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, 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; 52.212-5 Facsimile Proposals; 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. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7006, Buy-American Act-Trade Agreements-Balance of Payment Program Certificate; Clause FAR 52.! 212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.247-34 FOB Destination; FAR 52.243-1 Changes?Fixed Price; Clause DFAR 252.243-7001 Pricing of Contract Modifications; 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 52.203-6 Restrictions on Subcontractor Sales to the Government; 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, FAR 52.217-9 Option To Extend The Term Of The Contract, FAR 52.222-47 Service Contract Act (SCA) Minimum Wages and Fringe Benefits, FAR 52.232-33 Payment by Electronic Funds T! ransfer-Central Contract Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7007 Trade Agreements-Balance of Payments Program. 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 www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal. 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 rel! ated factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. 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 and in accordance with the delivery schedule. To be determined technically acceptable the Offeror must furnish product literature that demonstrates that the offeror can meet all requirements stated in the purchase descriptions and provide a statement explaining how it will meet the required delivery schedule. 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 services that meet the spe! cifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, Thursday 10 December, 2004 and will be accepted via FAX (619)-532-4957, Attn: John Ballard (619.532-2891) or e-mail: John.H.Ballard@navy.mil Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Record
SN00715347-W 20041203/041201212109 (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.