SOLICITATION NOTICE
J -- Combined synopsis solicitation for maintenance of PerkinElmer graphite furnace equipment for the U.S. Navy Environmental and Preventive Medicine Unit Five, San Diego, CA.
- Notice Date
- 3/2/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024405T0394
- Response Due
- 3/16/2005
- Archive Date
- 4/15/2005
- Point of Contact
- Carol Giles 619-532-2657 Carol Giles, 619-532-2657
- E-Mail Address
-
Email your questions to Click here to contact the Contract Specialist via email
(carol.giles@navy.mil)
- Description
- Solicitation N00244-05-T-0394 is issued under full and open competition. The applicable NAICS code is 811219. The small business size standard is $6,000,000. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 15 and 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; prorposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The requirement is for a firm fixed price type contract with a base period and three option years for maintenance of graphite furnace equipment for the U.S. Navy Environmental and Preventive Medicine Unit Five, 3235 Albacore Alley, San Diego, CA 92135. The base period starts approximately April 1, 2005, through March 31, 2006. STATEMENT OF WORK Contact the Contract Specialist for the statement of work. CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFAR provisions, see http://farsite.hill.af.mil/. FAR 52.202-1 Definitions JUL 2004 FAR 52.204-7 Central Contractor Registration OCT 2003 FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUL 1995 FAR 52.212-1 Instructions to Offerors ? Commercial Items JAN 2005 FAR 52.212-2 Evaluation ? Commercial Items (JAN 1999), with paragraph (a) completed as follows: (i)Ability to meet required response times/maintenance schedules and training requirements for field engineers and technicians. (ii) Price. (iii) Past performance. Ability to meet required response times/maintenance schedules and training requirements for field engineers and technicians represents the minimum criteria for an acceptable offer. Failure to meet this criteria will render the offer technically unacceptable and the offer will not be considered for award. Response times, maintenance schedules and certification requirements are set forth in the statement of work. Ability to meet these requirements shall be demonstrated by the offeror?s submission of a signed offer which has not taken exception to these requirements. Offerors which take exception to these requirements will be determined to be unacceptable and not considered for award. For past performance, provi! de data on your two most recently completed (not to exceed 3 years since completion) federal government contracts for similar services. If you do not have federal contracts, you may provide state, local or commercial contracts. Provide the contract number, date of contract, point of contact and telephone number. Information on past performance will be obtained from references as well as any other sources that may have relevant information. Award will be made to that responsible offeror who meets the above minimum schedule/certification requirements, demonstrates acceptable past performance and offers the lowest price. FAR 52.212-3 (j) Offeror Representation and Certifications ? Commercial JAN 2005 Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial APR 2002 Items (ALT. 1) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items OCT 2003 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JAN 2005), applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.225-13 Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (OCT 2003). FAR 52.217-5 Evaluation of Options JUL 1990 FAR 52.217-8 Option to extend services (Nov 1999) completed as follows: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of contract. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) applies with paragraph (a) completed as follows: The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration, and paragraph (c) completed as follows: five years and one month. FAR 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office And Business Equipment ?Contractor Certification AUG 1996 FAR 52.232-18 Availability of Funds APR 1984 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 FAR 52.242-15 Stop Work Order AUG 1989 FAR 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 FAR 52.252-2 Clauses Incorporated by Reference FEB 1998 DFARS 252.204-7003 Control of Government Personnel Work Product APR 1992 DFARS 252.204-7004ALT A Required Central Contractor Registration NOV 2003 DFARS 252.212-7000 Offeror Representation and Certifications ? Commercial Items NOV 1995 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2004) applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program (APR 2003); DFARS 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004); DFARS 252-225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program (DEC 2004); DFARS 252.247-7024 Notification of Transportation of supplies By Sea (MAR 2000); DFARS 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). DFARS 252.243-7001 Pricing of Contract Modifications DEC 1991 Contact the Contract Specialist for the full text of Local Clauses at carol.giles@navy.mil. Local Clause L-331 Review of agency protests Local Clause L-332 Unit prices ocal Clause G-200 Invoicing instructions and payment for services Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3 (j) Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 (ALT. 1) Offeror Representation and Certifications ? Commercial Items DFAR 252.212-7000 Offeror Representation and Certifications ? Commercial Items Section B Supplies/Services (quantities and prices) The items listed above can be obtained from the Contract Specialist by email request. All responsible offerors are to submit current pricing, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number, and contractor?s complete mailing and remittance addresses. Also required are copies of applicable commercially published price lists pertaining to the contractor?s services that meet the specifications, along with applicable government discounts. Proposals, including pricing, must be received no later than 3:00 PM PST, March 16, 2005. Potential offerors must monitor this web site for potential changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this web site. This information may be faxed to 619-532-2347, attn: Carol Giles, or email to carol.giles@navy.mil. If this information is faxed, call (or email) Ms. Giles at 619-532-2657 to notify that fax was sent. Lack of registration in the Central Contractor Registration (CCR) database will make an offeror ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://www.ccr.gov for more information. NOTE: Vendors are required to use the web-based Online Representations and Certifications Application (ORCA) for this solicitation. If you are currently registered in the Central Contractor Registration (CCR), access your account in CCR, and enter a Marketing Partner ID Number (MPIN). Then login to ORCA to add your ORCA record. The ORCA website is http://orca.bpn.gov/login.aspx. Your MPIN takes 24 to 48 hours, after your registration in CCR, to be activated in ORCA, so you are encouraged to complete this entire process in sufficient time so that your proposal can be submitted on time and be considered.
- Web Link
-
The RFP and any amendments are available at this web link
(http://www.neco.navy.mil)
- Record
- SN00761307-W 20050304/050302212505 (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 |