|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 J -- ANNUAL MAINTENANCE CONTRACT -- NORITSU COLOR FILM/PAPER
PROCESSORS SOL N00244-97-Q-A993 DUE 091997 POC Point of Contact is Gwen
Young, Contracting Officer at 619-532-2890; FAX 619-532-2347 WEB: Click
here to learn more about FISC San Diego and additional contracting
opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to
submit your quote electronically or to contact the Contracting Officer
via email., gwen_young@fmso.navy.mil. This procurement is
unrestricted; all responsible sources may submit an offer. This is a
combined synopsis/solicitation for commercial items/services prepared
in accordance with FAR 13.6 and the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the ONLY solicitation; quotes are being
requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number N00244-97-Q-A993 applies and is issued as a Request
For Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
90-46 and Defense Acquisition Circular 91-11. The standard industrial
code is 7699 and the business size standard is $5.0 million. The agency
need is for a one-year contract to provide on-site comprehensive
maintenance and repair of the government owned equipment listed.
Services to include all equipment, labor, travel, and parts (excluding
consumables) to maintain the equipment, in accordance with factory
specifications. In addition, the Contractor must supply the following:
(1) one year's supply of 35mm printer control negatives (Noras/BENs
sent four months apart); (2) Secured access to a toll free "800"
hotline number for technical support; (3) One case of chemical filters;
(4) All parts required for repair, excluding consumable and/or
expendable items (to be itemized in quote); (5) All priority freight
charges for parts required for repair; (6) All labor required for
repair; (7) Labor performed from 8 a.m. to 5 p.m. weekdays, excluding
standard holidays (hours are negotiable based on contractor's
standard/normal business hours); and (8) Contractor shall perform a
minimum of two (2) preventive maintenance inspections (semi-annually
per processor) during the contract period. Contractor must have access
to any required technical manuals they will not be provided by the
customer or the contracting office. Service under the resulting
maintenance agreement to keep the equipment in good working order
includes unscheduled, on call remedial maintenance. Maintenance will
include lubrication, adjustments, preventive maintenance based upon the
specific needs of the machine, and replacement of maintenance parts,
except as follows: -- Repairs resulting from causes other than normal
use; abuse or misuse by the operators (including without limitation,
use of supplies or spare parts that do not meet the manufacturer's
published specifications and which cause abnormally frequent service
calls or service problems); accident, transportation, failure or
electrical power, air conditioning or humidity control. -- Repairs made
necessary by service performed by personnel other than contractor. --
Additional service calls or work which the customer requests to be
performed outside the contractor's regular business hours. -- Shop
repair reconditioning, rebuilding, overhaul or modification to the
equipment except those specified by the authorized technician to assure
greater performance of the equipment. -- Repair of damage or increase
in service time caused by failure to continually provide a suitable
installation environment. -- Repair of damage or increase in service
time caused by the use of the machine in other than ordinary use for
which designed. -- Repair of damage or increase in service time caused
by the use of any supply item which causes machine damage or excessive
service, or does not meet any the manufacturer's published minimum
physical property guidelines. Contract shall be for one year, to
commence 10/1/97 through 9/30/98. All prices are to be quoted FOB
Destination. This requirement is for a fixed priced contract for Six
(6) line items as follows. Line Item 0001: Full Service Maintenance --
Noritsu Color Film/Paper Processors located at Fleet Imaging Center
Pacific, Bldg 179, Halsey Avenue, Naval Air Facility, Atsugi, Japan --
one each Model QSS-1501ZU with one each Model QSF-V30. Quote should
indicate monthly, quarterly or yearly billing amount. Line Item 0002:
Full Service Maintenance -- Noritsu Color Film/Paper Processors located
at Fleet Imaging Center Pacific, Bldg 1997, King Street, Naval Station,
Yokosuka, Japan -- one each Model QSS-1501ZU with one each Model
QSF-V30, one each Model QSF-R420LU, and one each Model QSS-613UB. Quote
should indicate monthly, quarterly or yearly billing amount. Line Item
0003: Full Service Maintenance -- Noritsu Color Film/Paper Processors
located at Fleet Imaging Center Pacific, Bldg 514, Freedom Drive,
Naval Air Facility, Misawa, Japan -- one each Model QSS-1501ZU with one
each Model QSF-V30. Quote should indicate monthly, quarterly or yearly
billing amount. Line Item 0004: Full Service Maintenance -- Noritsu
Color Film/Paper Processors located at Fleet Imaging Center Pacific,
Bldg 154, Naval Station, Sasebo, Japan -- one each Model QSS-1501ZU
with one each Model QSF-V30. Quote should indicate monthly, quarterly
or yearly billing amount. Line Item 0005: Full Service Maintenance --
Noritsu Color Film/Paper Processors located at Fleet Imaging Center
Pacific, Bldg 404, Douglas Street, Kadena air Base, Okinawa, Japan --
one each Model QSF-R420LU. Quote should indicate monthly, quarterly or
yearly billing amount. Line Item 0006: Full Service Maintenance --
Noritsu Color Film/Paper Processors located at Fleet Imaging Center
Pacific, Bldg 15A, Aldrich Road, Naval Activities, COMNAVMARIANAS,
Santa Rita, Guam -- one each Model QSS-1501ZU with one each Model
QSF-V30. Quote should indicate monthly, quarterly or yearly billing
amount. NOTE: Billing must be in arrears -- no advance payments will be
authorized. The provision at FAR 52.212-1, Instructions to Offerors
Commercial Items applies. Offerors are required to complete and include
a copy of the following provisions with their proposals: FAR 52.212-3,
Offeror Representation and Certifications Commercial Items, and FAR
52.222-48, Exemption from Application of Service Contract Act
Provisions for Contracts for Maintenance, Calibration, and/or Repair of
Certain Information Technology, Scientific and Medical and/or Office
and Business Equipment-Contractor Certification. Clause 52.212-4,
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7,
Other Than New Material, Residual Inventory, and Former Government
Surplus Property. 52.232-18, Availability of Funds. The clause at
52.212-5, Contract Terms and Conditions Required To Implement Statutes
or Executive Orders Commercial Items applies with the following
applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity;
FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;
FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses applicable for paragraph (b): DFARS 252.225-7001,
Buy American Act and Balance of Payment Program; and DFARS
252.225-7012, Preference for Certain Domestic Commodities. Any contract
awarded as a result of this solicitation will be a DO-rated order
certified for national defense use under the Defense Priorities and
Allocations System. The government intends to make a single award to
the responsible offeror whose offer is the most advantageous to the
government considering price and price related factors. Provision
52.212-2, Evaluation Commercial Items, applies with paragraph (a)
completed as follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
provide references from at least three (3) current, major accounts
where the contractor provides the same or similar services on the
equipment outlined herein, and/or evidence of OEM certification as an
authorized, factory-trained facility. Note: The full text of the
Federal Acquisition Regulations (FAR) and Defense Federal Acquisition
Regulation Supplement (DFARS) can be accessed on the Internet at
"www.arnet.gov" OR "www.deskbook.osd.mil". Since a formal/written RFQ
will not be issued, businesses are invited to submit their quotes in
accordance with their standard business practices (e.g. on company
letterhead or standard quote form). All information requested in this
announcement and in the instructions at FAR 52.212-1 must be included.
Also be sure to include your company's CAGE Code, DUNS and TIN
numbers, and mailing and remittance addresses. Quotes must be received
no later than 3:00 PM, local time, 09/19/1997, and will be accepted
via fax (619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY.
DO NOT mail. See Numbered Note(s) 13. (0247) Loren Data Corp. http://www.ld.com (SYN# 0044 19970909\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|