|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1999 PSA#2407Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 J -- MAINTENANCE ON 28 EACH IBM TP365 LAPTOP COMPUTERS FOR PWC SAN
DIEGO SOL N00244-99-T-B027 DUE 082799 POC Contracting Officer
@619-532-2588; FAX 619-532-2347 WEB: click here to review other
requirements for FISC San, http://sd.fisc.navy.mil. IMPORTANT NOTICE:
DFARS 252.204-7004 "Required Central Contractor Registration" applies
to all solicitations issued on / or after 06-01-98. Lack of
registration in the CCR database will make an offeror / quoter
INELIGIBLE FOR AWARD. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or visit the Internet
at http://ccr.edi.disa.mil for more information. FISC San Diego is
announcing its intent to issue an unrestricted procurement; all
responsible sources may submit an offer. This is a combined synopsis /
solicitation for commercial items prepared in accordance with FAR 13
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 / RFQ
N00244-99-T-B027 applies. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-11 and Defense Acquisition Circular 91-13. The standard
industrial code is 7378, and the business size standard is $18 million.
The agency need is for a maintenance contract for IBM laptop computers
for PWC in San Diego. This requirement is for a fixed priced contract
for five line items as follows: maintenance for 28 IBM laptop
computers; mdl TP365. The customer requires the service in this format:
call the vendor and set-up a one day shipping to repair station, a two
day repair time, and a one day shipping time for return of the
laptops. This contract will have a base year and four option years as
follows: base -- 10/01/99 through 9/30/99; first option -- 10/1/00
through 9/30/01; second option -- 10/1/1/01 through 9/30/02; third
option -- 10/1/02 through 9/30/03; fourth option -- 10/1/03 through
9/30/04. The provision at FAR 52.212-1, Instructions to Offerors --
Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5):
Offers shall provide an express warranty which at a minimum shall be
the same warranty terms, including offers of extended warranties,
offered to the general public. Express warranties shall be included in
the contract. Clause 52.212-4, Contract Terms and Conditions --
Commercial Items applies. 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 Disabled Veterans and Veterans of the Vietnam
Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-37, Employment Reports on 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. 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. 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. In addition NAVSUP 5252.215-9402, Notice to Prospective
Offerors, and 5252.215-9403, Additional Evaluation Factors --
Contractor Evaluation System, Red / Yellow / Green Program applies.
Note: The full text of the Federal Acquisition Regulations (FAR) can be
accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil;
Defense Federal Acquisition Regulation Supplement (DFARS) can be
accessed on the Internet at www.dtic.mil/dfars. Parties responding to
this solicitation may submit their quote 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, discounts for prompt
payment, if any (e.g. 1% 10 days), anticipated delivery / availability
of product / s, the company's CAGE code, Dun & Bradstreet Number, and
Taxpayer ID number. In addition, if you are quoting on a comparable
commercial item, product literature must be included. All FAR
certifications and representations specified above must also accompany
your quote. Quotes must be received no later than 3:00 PM, local time
on 08-27-99, and will be accepted via fax (619-532-2347) or via e-mail
(jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment
to an e-mail should be sent in Word Version 6.0 or higher. Posted
08/09/99 (W-SN365253). (0221) Loren Data Corp. http://www.ld.com (SYN# 0031 19990811\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|