Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
SOLICITATION NOTICE

J -- Machinery Health Management System

Notice Date
6/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
Reference-Number-F3QCCL6166A100
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Description
SOLICITATION No. F3QCCL6166A100 CONTRACTING OFFICE: 78 CONS/PKA 235 BYRON ST ROBINS AFB GA 31098-1611 POINT OF CONTACT: JOHN I. GLENN, JR./ (478) 926-6358 or fax at (478) 926-7549 e-mail at John.Glenn@robins.af.mil SOLE SOURCE ACQUISITION: COMPUTATIONAL SYSTEMS, 835 INNOVATION DRIVE, KNOXVILLE TN 37932 DESCRIPTION OF REQUIREMENT: The Contractor shall provide all labor, material, supplies, and transportation necessary to maintain/update the predictive maintenance system located at Robins AFB GA in strict accordance with the incorporated Statement of Work. PERIOD OF PERFORMANCE: Basic year, with two (2) option years FOB: Destination, 52.247-34 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. The following clauses are applicable. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): //farsite.hil.af.mil/ 1. 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006). 2. 52.212-2 (Jan 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Price Related Factors 3. 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . 4. 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005). 5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006). 6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006) (Deviation). 7. 52.228-5 -- Insurance -- Work on a Government Installation 8. 52.233-4 ? Applicable Law for Breach of Contract Claim. 9. 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 10. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. (Mar 1998) 11. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (Mar 2006) 12. 252.232-7003 Electronic Submission of Payment Requests. (Jan 2004) 13. 5352.223-9001 Health and Safety on Government Installations. (Jun 1997) Note 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. STATEMENT OF WORK FOR ANNUAL MAINTENANCE OF PREDICTIVE MAINTENANCE SYSTEM 14 JUNE 2006 Scope of Work. The contractor shall provide all personnel, equipment, tools, material and other services necessary to maintain the equipment and software listed in attachment 1, as outlined below. Repairs. The contractor shall provide an unlimited number of unscheduled repair calls due to normal wear. Once the equipment has been received, the contractor shall repair and return the piece of equipment within three working days for all listed equipment. At the contractor?s discretion, a loaner unit, equal to or better than, the equipment being serviced may be provided. Calibration. The contractor shall provide annual instrument calibration in accordance with the manufacturer?s standards. Certificates of calibration shall be provided with return of the equipment. The contractor shall also calibrate the instrument after any emergency repairs are accomplished and provide certification of calibration with return of the equipment. Updated Information. The contractor shall provide all ROM and firmware updates either by 3.5 inch floppy disk, CD-ROM or via a Bulletin Board Service for the equipment shown in attachment 1. The contractor shall provide all updates to the software shown below. The contractor shall also provide all manual updates that become available for the equipment and software identified in the attachment. These items shall be provided at no additional cost to the Government. Shipping Cost. All shipping costs ? for the equipment or loaner unit ? from the Government to the Contractor will be paid by the Government. All shipping and handling fees ? for the equipment, loaner unit, ROM / firmware updates and manual updates ? from the Contractor to the Government shall be paid by the Contractor. Technical Support. The contractor shall provide unlimited telephone technical support from 0800 to 1800 EST, Monday through Friday. The contractor shall also provide a Bulletin Board Service for database diagnostic support and firmware file transfer. COVERED EQUIPMENT LIST DESCRIPTION QTY MODEL NO. SERIAL NO. AMS Machinery Mgt Support 1 Maint-RBM 12504 Machinery Analyzer 1 2120-2 831073 Machinery Analyzer 1 2130 124071 OilView Trivector Analyzer 1 A520000 114690 Digital Viscometer 1 B0052DV 114667
 
Place of Performance
Address: ROBINS AFB, GA
Zip Code: 31098
Country: USA
 
Record
SN01079344-W 20060630/060628220838 (fbodaily.com)
 
Source
FedBizOpps 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.