SOLICITATION NOTICE
J -- 12 Month Maintenance Service for the Horiba ABX Pentra 400 Chemistry Analyzer
- Notice Date
- 9/21/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00180 FISC Contracting Dept Norfolk,
- ZIP Code
- 38054
- Solicitation Number
- N0018907T0647
- Response Due
- 9/26/2007
- Archive Date
- 10/25/2007
- Point of Contact
- Belinda Griffin 757 443 1458
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-07-T-0467. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 811310. Commercial and Industrial Machinery and Equipment Repair and Maintenance, except Automotive and Electronic and th! e Small Business Standard is $6.5 million. This is an unrestricted acquisition. The Fleet and Industrial Supply Center Norfolk requests responses from qualified sources capable of providing 12 month maintenance service on the Horiba ABX Pentra 400 Chemistry Analyzer, serial number 508P4-0395, instrument and related system parts. This requirement will be procured on an unrestricted basis. The manufacturer of the Horiba ABX Pentra 400 Chemistry Analyzer is Horiba ABX Corporation located at 34 Bunsen Dr, Irvine, CA 92618. The point of contact is Linda Bruyneel. Telephone: (888) 903-5001. (CLIN 0001): QTY 1 Unit of Issue 12 Months of maintenance service for the Horiba ABX Pentra 400 Chemistry Analyzer. Maintenance service is required to ensure continuous functioning of the analyzer. Required period of performance is one base year 01 Oct 2007 through 30 Sept 2008 and four option years. FOB Destination to CIHL Det San Diego, NEPMU-5, Naval Base, 3235 Albacore Alley, San Diego, CA 92136. The Statement of Work will be posted at both the FEDBIZOPPS site and the NECO site as an attachment. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors- Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications- Commercial Items (AUG 2007) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.219-6 Notice of Total SB Set-Aside (JUN 2003), 52.222-19 Child Labor – Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.233-3 Protest After Award (AUG 1996) 52.215-5 Facsimile Proposals (OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration, Alternate A (NOV 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clauses apply and are incorporated by reference: 252.225-7000 Buy American Act and Balance of Payments Program Certificate (JUN 2005); 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); and 252.232-7003 Electronic Submission of Payment Requests (MAR 2007). The following NAVSUP provisions and clauses apply to this solicitation and are incorporated by reference: 5252.243-9400 Authorized Changes by the KO 5252.NS-046P Prospective Contractor Responsibility 5252.NS-045C Availability of Funds INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES: Invoices for supplies rendered under this purchase order shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF): The vendor shall self-register at the web sitehttps://wawf.eb.mil. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested service, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D.#, Duns #, and Cage Code. Responses to this solicitation are due by 12:00 p.m. EST on 26 September 2007. Offers can be emailed to Belinda.griffin@navy.mil or faxed to 757-443-1333, Attn: Belinda Griffin. Telephone (757) 443-1458. Reference RFQ N00189-07-T-0467, on your proposal. Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . Numbered Note 22 Applies. EQUIPMENT SERVICE/MAINTENANCE CONTRACT STATEMENT OF WORK FOR THE FOLLOWING: 1. HORIBA ABX PENTRA 400 CHEMISTRY ANALYZER SERIAL # 508P4-0395 GENERAL REQUIREMENTS: The effort required hereunder should be performed in accordance with Statement of work and in accordance with all other terms and conditions set forth herein. The contractor shall provide all services, materials and equipment necessary for the maintenance of the HORIBA ABX CHEMISTRY ANALYZER SYSTEM Model: PENTRA 400 and related system parts, located in the Comprehensive Industrial Hygiene Laboratory (CIHL), Naval Base, at the Navy Environmental Health Center (NEHC) Detachment, San Diego, CA 92136, to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications is defined by The HORIBA ABX SILVER MAINTENANCE SERVICE AGREEMENT that provides the furnishing of all labor, equipment, materials and parts to perform all services for the preventive maintenance, repair and inspection of all equipment listed to assure continued operation at their designed efficiency and capacity. INSPECTION shall include cleaning, lubrication, verifying electronic calibration, mechanical and electrical adjustments and installation of all necessary parts. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: 1. Perform routine and emergency maintenance on the Govt. owned instrument listed above. 2. Perform all maintenance to industry standards. 3. Insure that only FULLY QUALIFIED FIELD ENGINEERS AND TECHNICIANS, who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. 4. Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. 5. Correct inoperable condition in a timely manner including service response time of no later than (48) forty-eight hours after telephone notification, to a daytime 8 hour, 365 day, monitored contractor telephone number to be provided by the contractor, to the Comprehensive Industrial Hygiene Laboratory and the Purchasing Division immediately upon contract award. 6. Check, clean, adjust and calibrate operation and scanning functions regularly and according to written schedule. 7. Replace worn, failed or doubtful components and parts including worn or frayed electrical wire or power cords. Where statistical data on similar equipment indicated failure point is approaching for any component, said component will be repaired or replace in advance to prevent system downtime/failure. 8. Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacement are not necessary. 9. Install upgraded components and make system modification and improvements on a regular basis that is recommended by the manufacturer. Equipment improvements/modifications shall be made only or written approval and direction of the Comprehensive Industrial Hygiene Laboratory of NEHC. 10. Notify the Comprehensive Industrial Hygiene Laboratory of NEHC immediately upon receipt of OEM or replacement parts/equipment safety recall notices. 11. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Comprehensive Industrial Hygiene Laboratory of NEHC authorizes such changes. 12. Provide suitable modern recommended repair equipment/tools required for the satisfactory execution of all repairs made. 13. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. 14. Insure that all work areas are properly cleaned of all repair/maintenance work residual immediately after completion of service call. 15. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. 16. Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates in an established service facility located geographically to permit a forty-eight (48) hour service call response arrival at Comprehensive Industrial Hygiene Laboratory of NEHC. CONTRACT LENGTH: The contract agreement will be for a period of one year (12 months) from the designated start date with possible yearly option renewals. SPECIAL CONDITIONS: TITLE TO EQUIPMENT: The contractor will not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: The contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including, but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. UTILITIES: The contractor may use Government utilities, (electrical power, compressed air, and vacuum) that is available and required for any service performed under this contract. Contractor electrical equipment must be approved by the building engineer to ensure compatibility with Comprehensive Industrial Hygiene Laboratory of NEHC electrical wiring and equipment. ACCESS TO EQUIPMENT: Contractor personnel shall first report to the Laboratory Director, CIHL, or his designated representative, prior to commencement of any work under this contract. The contractor will be provided reasonable access to all equipment that is to be serviced and utility outlets required to the service. The contractor will be free to start and stop all primary equipment incidental to the operation of the maintained equipment after permission is received from Laboratory Director, CIHL, or his designated representative, responsible for such equipment. GOVERNMENT PERSONNEL: Comprehensive Industrial Hygiene Laboratory of NEHC employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor: MAINTENANCE INSPECTION DEFINITION: One (1) scheduled Preventive Maintenance visit per year shall be performed to ensure proper equipment function. The work must be provided as defined above by a qualified technician. PARTS AVAILABILITY: To ensure minimal downtime to equipment, the contractor shall maintain replacement parts and materials necessary to perform each task or supply said parts and materials within two (2) days. COMPENSATION: 1. Labor: All compensation for labor and travel is included in the contract price. 2. Parts & Material: All compensation for parts and materials is included in the contract price. 3. Parts/Supplies Quality: Parts and supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts with new or as presently recommended by the manufacturer. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N00189-TN/N0018907T0647/listing.html)
- Record
- SN01413505-F 20070923/070921223120 (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 |