SOLICITATION NOTICE
J -- Maintenance-SLA Viper & 5000 Machines
- Notice Date
- 4/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
- ZIP Code
- 22135
- Solicitation Number
- 10-Q-0275942
- Archive Date
- 4/21/2010
- Point of Contact
- Debra E. Chapman, Phone: 7036326256, Laurie L. Williams, Phone: 7036326118
- E-Mail Address
-
dchapman@fbiacademy.edu, LAURIE.WILLIAMS@IC.FBI.GOV
(dchapman@fbiacademy.edu, LAURIE.WILLIAMS@IC.FBI.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only notice; a paper solicitation will not be issued. Request for Quotation (RFQ) number 10-Q-335409 shall be referenced on any quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, Effective 19 March 2010. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This RFQ is being conducted as a 100% small business set aside. The North American Industrial Classification System (NAICS) number is 811219 and the business size standard is 500 employees. The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation. The Federal Bureau of Investigations (FBI) has a requirement for the following: 0001: Purchase of a (1) year maintenance contract for the Stereo-Lithography Apparatus (SLA), specifically (a) one SLA 5000 and (b) one SLA Viper, manufactured by 3D Systems Inc. Period of Performance to begin April 21, 2010 and continue for a period of twelve (12) months. 002. The estimated life of the machines is estimated at eight (8) years from original purchase. The SLA 5000 was purchased in 2004. The SLA Viper was purchased in 2002. 003: Hardware requirements: 1.0 The contractor shall provide full hardware maintenance on the following hardware: SLA 5000 and integral PC and SLA Viper and integral PC. 2.0 The contractor shall provide on call remedial hardware maintenance. 2.1 Contractor shall notify the FBI within 2 hours of receiving a call for remedial maintenance as to when the remedial maintenance will be conducted. 2.2 Contractor shall provide this remedial maintenance on site within 3 working days of acknowledgement. 3.0 Contactor shall provide all under this contract, which shall include one (1) laser replacement per machine at the contractor's expense as part of this contract. 3.1 If any additional lasers need to be replaced during the 365 day period of performance, the government will purchase the additional lasers. 4.0 The Contractor shall provide all current and revised test equipment during hardware maintenance. 5.0 The contractor shall provide preventative hardware maintenance every 3 months at the government site. The actual date for this maintenance will be scheduled at the government's convenience. 6.0 Software requirements: Contractor shall provide software updates, and they must be included with the contractor' total maintenance price (quote). 7.0 Security Clearances: All contractor personnel performing maintenance work on-site must complete the security process and meet the requirements specified by the FBI Security Division for the sensitivity or classification level of the information for which they will require access. 7.1 Contractors performing this equipment maintenance or repair work on-site must be escorted at all times while within the on-site location. Contractors shall possess a minimum of a Secret Personnel Security Clearance, or be processed for a Limited Background Investigation (LBI) before on-site maintenance can be scheduled. The LBI process currently takes a minimum of 25 days to complete. Offeror must state in the quote if personnel who will be performing on site maintenance currently have a Secret Personnel Security clearance/LBI, or if personnel will be applying for the LBI before performance of the contact begins. 8.0 Preparation and submission of quotes. The Offeror may prepare and deliver a standard commercial quote for the specified maintenance, however it must be clear from the quote that all required technical services requirements shall be met. 9.0 Evaluation and award of purchase order. Purchase Order shall be awarded to the company who submits a quote that is most advantageous to the government, price and other factors considered. 9.1 Evaluation factors: (a) Contractor's technical ability, which includes the ability to provide software updates to the machines. (b) cost (c) past performance. 9.2 Contractor must submit 3 references for past performance for maintenance on each of the two SLA subject machines. This reference can be either government or a private company. This reference shall consist of a Company name, point of contact (name) and this contact's phone number (required) and email, if available. The Government is not responsible for locating or securing any information, which is not identified in the quotation, but may do so at its discretion. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUN 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (FEB 2009) - Please note: All offerors and prospective contractors must be registered on the ONLINE Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (OCT 2008); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2009) - in paragraph (b) the following clauses apply: 52.222-50, 52.203-6 Alternate I, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-44, 52.232-33, 52.232-36, 52.233-352.233-4,52.239-1. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Quotes shall be accepted electronically only to dchapman@fbiacademy.edu. No other methods of submission will be accepted. Questions shall be submitted on or before 1:00 PM EST Monday, April 5, 2010. Quotes are due on or before Tuesday, April 6, 2010 at 11:00 AM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/ECU15/10-Q-0275942/listing.html)
- Place of Performance
- Address: ERF Building 27958A, Quantico, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN02110653-W 20100403/100402000055-9642ecd2a795f7baae60624c50d41849 (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 |