Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2, 2000 PSA #2719
SOLICITATIONS

J -- SERVICE AND MAINTENANCE CONTRACT ON COULTER CELL COUNTERS.

Notice Date
October 31, 2000
Contracting Office
Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212
ZIP Code
92132-0212
Solicitation Number
N00244-01-T-0060
Response Due
November 17, 2000
Point of Contact
Contracting Officer @619-532-2588; FAX 619-532-2347
Description
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://www.ccr2000.com/ for more information. FISC San Diego is announcing its intent to issue a directed sole source procurement to Beckman Coulter under authority of FAR 6.302-1 for the following service & maintenance contract on Coulter cell counters, mdl's STK-S & T890. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for a commercial service 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 N00244-01-T-0060 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and Defense Acquisition Circular 91-13. The standard industrial code is 7629 and the business size standard is $5 million. The requirement is for a fixed priced contract for a commercial service with the following specifications: there is one (1) each mdl STK-S Coulter cell counter and five (5) each mdl T-890 Coulter cell counters. The specifications to which the service is applicable are as follows: SPECIFICATIONS FOR COULTER CELL COUNTERS; 1) Contractor shall furnish all materials, equipment, and labor necessary to calibrate / adjust, test, maintain, and repair listed equipment or system. 2) Contractor shall provide all services on-site by trained and certified technicians qualified to work on these devices or systems. No piece of equipment will be removed from Naval Hospital, Camp Pendleton without written authorization from the head of Biomedical Engineering or the Plant Account Clerk. 3) The contractor shall perform semi-annual preventive maintenance inspections for the total of two (2) per year for the STKS and one (1) PM annually on each of the T-890's. These inspections are to be conducted in January 2001 and July 2001. 4) The contractor shall furnish and install all required parts except consumables. The contractor will perform necessary calibration, adjustment, and operational checks to ensure equipment meets all manufacturers' specifications. Replacement parts used must be new, certified, and in compliance with the manufacturer's specifications. 5) There shall be unlimited emergency services during normal working hours, 0800 to 1700, Monday through Friday, Holiday excluded. Response time will be within 24 hours from receipt of the maintenance request. Overtime work (after 1700, weekends, and holidays) is not provided under terms of this contract. 6) The contractor will make any engineering changes or updates to the equipment as required by the manufacturer or regulatory agencies for operator / patient safety or increased equipment reliability at no cost to the government. 7) Prior to any service being performed, the service representative will report to the Biomedical Engineering Section, bldg. H-135, Naval Hospital, Camp Pendleton. A copy of the completed service report will be furnished to Biomedical Engineering. The service report will include, but no be limited to, the following information: a) Model and serial number of equipment; b) Preventative maintenance control or plant account number; c) Labor hours expended; d) List of parts used and the cost; e) A brief summary of repairs, inspections, or maintenance; f) A printed name and signature of the technician performing the service; g) A signature and printed name of the designate department representative. 8) If repairs require longer than 72 hours (on a 24-hour clock), a loaner will be provided at no cost to the government. 9) Billing will be on a monthly basis in arrears. 10) The preferred payment method will be the Government Purchase Card. The card used will belong to Myra Brown. (760-725-1597). This contract will be for a base year and three option years. 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. 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 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. 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 10-17-00, 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.
Web Link
click here to download a copy of the RFQ (http://www.neco.navy.mil)
Record
Loren Data Corp. 20001102/JSOL013.HTM (W-305 SN505699)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on October 31, 2000 by Loren Data Corp. -- info@ld.com