SOLICITATION NOTICE
J -- PREVENTIVE MAINT CONTRACT FOR (7) 5-AXIS MACHINING CENTER MACHINES
- Notice Date
- 6/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883611T0302
- Response Due
- 6/30/2011
- Archive Date
- 7/15/2011
- Point of Contact
- VENITA HARMON 904-542-1229
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-11-T-0302 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 811310 and the business size standard is 500 Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items. This procurement is set a side for small business 01. PREVENTIVE MAINTENANCE CONTRACT FOR (7) 5-AXIS MACHINING CENTER MACHINES FOR THE PERIOD OF ONE YEAR Statement of Work Maintenance Service Contract 5-Axis Machining Centers Scope: Perform scheduled and emergent maintenance on seven 5-Axis Machining Centers located at the FRCSE, Naval Air Station, Jacksonville, Florida 32212 0016, Building 101/797. The Machining Centers Plant Account Numbers are 65886 062640, 65886-062621, 65886-062327, 65886-062641, 65886-062642, 65886-062975 and 65886-065388. Levels of Service: 1. Scheduled Maintenance - Perform standard OEM recommended annual preventive/scheduled maintenance, geometry checks (geometries & alignment - granite square and 0.0001" indicator), system inspections, and performance metal block cut test to verify machine is operating within OEM tolerances. These services will be provided once a year on each machining center. The geometry checks will be accomplished using FRCSE ™s laser inspection equipment. The inspections will cover the entire machining center including the tool changer and automatic pallet changer. This portion of the contract will be Fixed Price (FP). 2. Emergent Breakdown Maintenance “ Perform emergent (emergency) maintenance on an as needed basis. The government will pay for services received according to the vendor hourly and/or daily price schedule. This portion of the contract will have a Not To Exceed (NTE) amount. Performance Period: One year performance. Start Date: From Contract Award Date Machine Information: Gov. IDModelSer# 65886-062640HS6A305 65886-062621HS6A301 65886-062327HS6A300 65886-062641HU63A601 65886-062642HU63A607 65886-062975HS100TS318 65886-065388HU63A The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: śadditionally, the Government will accept the contractor ™s commercial warranty. ť Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.211-7003 Item Identification and Valuations Jan 2004), (252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company ™s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 9:00 p.m. JUN 30, 2011. Quotations must be in writing and may be faxed or emailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229. Email address: Venita.harmon@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/129a0a630050d589b3fa9d3214aa9ca2)
- Place of Performance
- Address: FRC-SE NAVAL AIR STATION, JACKSONVILLE, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN02483088-W 20110629/110627234711-129a0a630050d589b3fa9d3214aa9ca2 (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 |