Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

R -- LABORATORY TESTING & RELATED SERVICES AND TEST AND MEASUREMENT EQUIPMENT FOR ELECTRIC, ELECTRONIC, MECHANICAL, AND THERMAL QUANTITIES; AVIONICS TEST EQUIPMENT; AND UNMANNED AERIAL VEHICLES This announcement is notification of Standing Solicitation Number FCGS-W8-98-0316-N, covering Federal Supply Schedule 66, Part II, Section J _ covering Laboratory Testing & Related Services and Test and Measurement Equipment for Electric, Electronic, Mechanical, and Thermal Quantities; Avionics Test Equipment; and Unmanned Aerial Vehicles. Offers are hereby solicited for Laboratory Testing & Related Services. The applicable SINs are as follows and are contained in the Schedule of Services: 873-1 _ Mechanical Testing and Analysis; 873-2 _ Chemical Testing and Analysis; 873-3 _ Electrical Testing and Analysis;873-4 _ Geo-Technical/Thermal Testing and Analysis; 873-99 _ New Technology Testing and Analysis. Please Note: Since the SIN_s 873-1; 873-2; 873-3; 873-4; and 873-99 are covered by the Service Contract Act; all offers for these services must be awarded separately from the products and product related services. Therefore, current or potential FSC Group 66 II J contractors may not modify existing contracts to add FSC Group 873 _ Laboratory Testing and Analysis Services, nor may current or potential FSC Group 873 contractors modify existing contracts to add products and product related services as identified under FSC Group 66 II J. In each instance stated above, new offers must be submitted for consideration of a contract award. Offers for Test and Measurement Equipment for Electric, Electronic, Mechanical, and Thermal Quantities; Avionics Test Equipment; and Unmanned Aerial Vehicles are hereby solicited for Product Support Options. The applicable SINs are as follows: 627-2000 _ Equipment Maintenance and Repair; 627-2001 _ Pre-Purchase Calibration or Calibration Traceability Certificate;;627-2002 _ Post Purchase Calibration or Calibration Traceability Certificate; 627-2003 _ Extended Warranty; 627-2004 _ Service Agreement; 627-2005 _ Technical Training and Support (TTS); 627-2006 _ Technical/Application Development Support (TADS). In order to provide product support options under SINs 627-2000, 627-2001, 627-2002, 627-2003, 627-2004, 627-2005 & 627-2006, the offeror must be an original equipment manufacturer (OEM) or be OEM certified and approved. For all product support options, the offeror shall comply with regulatory requirements, guidelines, and/or standards which govern the particular equipment and are of commercial practice. Offers for Unmanned Aerial Vehicles are hereby solicited. The applicable SINs are as follows: 627-4000 _ UAV operations support (Government Owned/Leased equipment); 627-4001 _ UAV operations support (Contractor Furnished Equipment) This standing solicitation allows vendors to submit offers at anytime. There shall be no closing date for receipt of offers under this solicitation. This Solicitation is being refreshed to include new and updated clauses pertaining to the Multiple Schedule Program. The Solicitation can be downloaded from the Internet at http://www.eps.gov. The new term _Evergreen Contracting_ option periods has been added to this Solicitation. Evergreen contracts provides new policiies and procedures to expand the multiyear contracts for all Multiple Award Schedules (MAS) Federal Supply Schedules to one 5 year basic contract period and three separate 5 year option periods. The Contracting Officer may exercise the option to extend the contract for an additional three five (5) years, by providing a written notice to the contractor at least 150 days in advance prior to the expiration of the contract period. When the Government exercises its option to extend the term of this contract, option prices must be determined fair and reasonable at the time the option is exercised. The Contracting Officer will obtain a contractor statement that the basis of award customer/Most Favored Customer (MFC) has remained the same and that pricing information provided to negotiate the contract, as updated through any modifications, has not changed unless an adjustment is made in accordance with another contract clause (e.g., Economic Price Adjustment Clause or Price Reduction Clause). Current contractors are not required to submit an offer under this solicitation issuance. Contracts awarded under this solicitation will have a contract period beginning on the date of award and will last for a five (5) year period, unless extended under the Evergreen option period, canceled or terminated. All vendors and/current contractors should be aware that the Evergreen Contracting option period cannot be exercised if your electronic catalog has not been approved and posted on GSA Advantage. This solicitation has been prepared in accordance with FAR Part 12, Acquisition of Commercial Items, which implements Title VIII of the Federal Acquisition Streamlining Act (FASA) of 1994 (Public Law 103-355), the Clinger-Cohen Act of 1996 (Public Law 104-106), and the final rule, published as General Services Administration Acquisition Regulation (GSAR) Change 76, regarding commercial item acquisitions under the Multiple Award Schedule Program. The contract format and data requirements in this solicitation differ from previous solicitations. Offerors are strongly encouraged to carefully review the entire solicitation package before submission to ensure compliance with commercial item provisions. Contractors are now required to accept the Government purchase card for payments equal to or less than the micro-purchase threshold for oral and written delivery orders. Contractors are encouraged to accept the Government purchase card for payment for orders above the micro-purchase threshold. See GSAR Clause 552.232.77, entitled _Purchase by Credit Card_. This solicitation contains the new clause _Contractor_s Report of Sales_ (552.238-74), which requires the submission of sales on electronic GSA Form 72A via the Internet and _Industrial Funding Fee_ (552.238-76), which requires a 1% due on a calendar quarter schedule. Offerors must include the IFF in their prices. The fee is included in the award price(s) and reflected in the total amount charged to ordering activities. GSA has established a contract sales criterion for all Multiple Award Schedules. Clause I-FSS-639, entitled _Contract Sales Criteria_, states that a contract will not be awarded if the anticipated sales are not expected to exceed $25,000. Contracts will also be canceled unless reported sales for each 12-month period from date of award are $25,000 and above. This Federal Supply Schedule will no longer have a prescribed beginning and ending date. The schedule period will be continuous, and will contain contracts with contract periods that commence on the date of award (DOA) and expire five years (exclusion of any options) from the DOA. Unless otherwise noted in the solicitation, new offers may be forwarded at any time. WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=S&ProjID=FCGS-W8-98-0316-N-LABSRVC&LocID=5. E-MAIL: Tanya Hoston, tanya.hoston@gsa.gov. Posted 07/25/00 (D-SN478401).

Loren Data Corp. http://www.ld.com (SYN# 0848 20000727\SP-0015.MSC)

SP - Special Notices Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com