SOLICITATION NOTICE
J -- MAINTENANCE OF DISINTEGRATION SYSTEMS
- Notice Date
- 10/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N00189-07-T-0011
- Response Due
- 10/30/2006
- Archive Date
- 10/30/2006
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION/A SEPARATE WRITTEN SOLICITATION WIL NOT BE ISSUED. Solicitation number N00189-07-Q-0011 applies and quotations are being requested. NAICS Code 811310, Small business Size Standard is $6.5M. The requirement is being processed unrestricted. Fleet and Industrial Supply Center, NNSY Maritime Industrial Branch, Hampton Roads Division anticipates award of a firm fixed price contract for Maintenance of two (2) each Government Owned Security Engineered Machinery Disintegration Systems for the period beginning 01 November 2006 or date of award whichever is later and ending 31 October 2007 with four (4) one-year option periods to be evaluated with initial proposal. Section B is as follows: LOT I ? Base Year Effort - CLIN 1001 ? Maintenance of two (2) each Government owned security engineered machinery disintegration systems for the period beginning 01 November 2006 or date of award whichever is later and ending 31 October 2007; CLIN 1001AA ? Services to maintain one (1) each SEM Model 1436, Serial Number 30548 in accordance with specification set forth herein; CLIN 1001AB ? Services to maintain one (1) each SEM Model 22, Serial Number 3152199 in accordance with specification set forth herein; CLIN 1002 ?Parts and labor for Items 1001AA and 1001AB not covered under maintenance contract or warranty in accordance with specifications set forth herein; LOT II ? Option, Second Year Effort -CLIN 2001 ? Maintenance of two (2) each Government owned security engineered machinery disintegration systems for the period beginning 01 November 2007 and ending 31 October 2008; CLIN 2001AA ? Services to maintain one (1) each SEM Model 1436, Serial Number 30548 in accordance with specification set forth herein; CLIN 2001AB ? Services to maintain one (1) each SEM Model 22, Serial Number 3152199 in accordance with specification set forth herein; LOT III ? Option, Third Year Effort - CLIN 3001 ? Maintenance of two (2) each Government owned security engineered machinery disintegration systems for the period beginning 01 November 2008 and ending 31 October 2009; CLIN 3001AA ? Services to maintain one (1) each SEM Model 1436, Serial Number 30548 in accordance with specification set forth herein; CLIN 3001AB ? Services to maintain one (1) each SEM Model 22, Serial Number 3152199 in accordance with specification set forth herein; CLIN 3002 ?Parts and labor for Items 3001AA and 3001AB not covered under maintenance contract or warranty in accordance with specifications set forth herein; LOT IV ? Option, Fourth Year Effort - CLIN 4001 ? Maintenance of two (2) each Government owned security engineered machinery disintegration systems for the period beginning 01 November 2009 and ending 31 October 2010; CLIN 4001AA ? Services to maintain one (1) each SEM Model 1436, Serial Number 30548 in accordance with specification set forth herein; CLIN 4001AB ? Services to maintain one (1) each SEM Model 22, Serial Number 3152199 in accordance with specification set forth herein; CLIN 4002 ?Parts and labor for Items 4001AA and 4001AB not covered under maintenance contract or warranty in accordance with specifications set forth herein; LOT V ? Option, Fifth Year Effort - CLIN 5001 ? Maintenance of two (2) each Government owned security engineered machinery disintegration systems for the period beginning 01 November 2010 and ending 31 October 2011; CLIN 5001AA ? Services to maintain one (1) each SEM Model 1436, Serial Number 30548 in accordance with specification set forth herein; CLIN 5001AB ? Services to maintain one (1) each SEM Model 22, Serial Number 3152199 in accordance with specification set forth herein; CLIN 5002 ?Parts and labor for Items 5001AA and 5001AB not covered under maintenance contract or warranty in accordance with specifications set forth herein; Maintenance shall include one (1) preventative maintenance inspection for each disintegrator per month, which shall include: * Removal, sharpening, re-installation and adjustment of blades/knives; * Adjustment of belts, bolts, screws, etc as required to maintain equipment in proper working conditioner OEM specifications; * Cleaning and lubricating of machines and components as required to maintain equipment in proper working condition per OEM specifications; * Inspection for indication of wear/tear of parts, and/or damage to machine; Maintenance shall include twelve (12) emergency calls per year with a response time of not more than four (4) hours of notification by authorized government representative. Contractor shall have the ability to procure security engineered machinery (SEM) replacement parts and technical data and to provide trained personnel for the repair and/or maintenance of the SEM Models 22 and 1436. Miscellaneous parts as applicable under CLINS 1002, 2002, 3002, 4002,and 5002, are those not covered under warranty or maintenance contract. Miscellaneous parts as required to perform service during the maintenance and/or repair of the SEM disintegrators, is estimated only and shall not exceed $5,000.00 during the period of performance without prior authorization of the contracting officer. Invoices submitted against CLINS 1002, 2002, 3002, 4002, and 5002 shall be accompanied by an itemized list of parts, definitized by noun name, quantity, unit of issue and extended total substantiated by a published price list or copy of invoice from the manufacturer providing the contractor?s cost for the repair parts. Equipment location is Norfolk Naval Shipyard with exact location to be provided at time of award. All work shall be performed during NNSY Normal hours of operation, 7:20 A.M. to 3:50 P.M. Monday through Friday unless otherwise endorsed by the authorized government point of contact at no additional charge to the government. The NNSY point of contact or authorized representative shall be responsible for placing all service calls against this contract. Service tickets shall be signed by the authorized government representative and shall cite the contract number, serial and model number of the equipment being serviced. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06 and the latest Defense Federal Acquisition Regulations Supplement (DFARS). The following apply: FAR 52.204-7, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (incorporating 52.222-19, 52.222-19, 52.222-21, 52.222-26, 52-.222-35, 52.222-37); 52.217-5; 52.217-8; ADDENDA: DFARS 252.212-7001. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Please ensure compliance with this regulation prior to submittal of your quotation. Lack of registration in the CCR database may make a contractor ineligible for award. Info can be obtained @ http:www.ccr.gov or 1-888-227-2422. Offers shall be evaluated for fair and reasonable prices, technical qualifications, adherence to applicable clauses/provisions, required delivery schedule and satisfactory past performance record. Offerors must provide information to show they have the capability to perform maintenance on SEM Model 1436 and Model 22 Disintegration System; and past performance information to include contract number, name phone number and e-mail address of customer POC; dollar value of contract, and detailed description of services. Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form, etc) but MUST include the following information: 1) complete company name, mailing and remittance addresses 2) Prompt payments terms 3) Delivery schedule 4) Taxpayer ID number 5) All completed certifications as required herein ? SPECIFICALLY THOSE FOUND IN 52.212-3. THE AWARD SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractor?s representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate. (2) Verification of Birth (DD Form 372). (3) Hospital birth certificate with an authenticating seal. (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of Citizenship issued by the Immigration and Naturalization Service. (b) Report of Birth Abroad of a citizen of the United States of America (Form FS-240). (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State. (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s). (6) Certification of Naturalization (original only). NOTE: One of these documents must be provided before any badges will be issued for access to the shipyard. VENDORS/CONTRACTORS SHALL FORWARD ALL BADGE REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and specific statement attesting that the person(s) for whom they are requesting badges are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file. The request shall also state the specific reason for the badge request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Upon completion of the above documentation, vendors/contractors shall fax the letter to NNSY POC TO BE NAMED AT TIME OF CONTRACT AWARD. IF THE PERSON FOR WHOM THE VEODOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTQATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. The contractor?s failure to comply with this requirement relieves the Norfolk naval Shipyard of any liability regarding demurrage and/or detention charges associated with delays to gain access. All quotations must be received by this office NLT 4:00 P.M. (Local Time), 30 October 2006. Responses to this RFQ shall be addressed to Nancy Hayden, Code 531.4A and shall either be mailed to FISC NNSY Maritime Industrial Branch, Hampton Roads Division, Code 531.4A, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000, faxed to (757) 396-8406 or e-mailed to haydennm@nnsy.navy.mil or nancy.hayden@navy.mil. ALL QUESTIONS RELATING TO THIS REQUIREMENT MUST BE SUBMITTED IN WRITING PRIOR TO THE DATE AND TIME ESTABLISHED FOR RECIEPT OF QUOTATION; TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Place of Performance
- Address: NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
- Zip Code: 23709-5000
- Country: UNITED STATES
- Zip Code: 23709-5000
- Record
- SN01170800-W 20061027/061026000301 (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 |