Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7, 2000 PSA #2742
SOLICITATIONS

J -- MAINTENANCE OF GE XRAY MACHINES

Notice Date
December 5, 2000
Contracting Office
Fleet And Industrial Supply Center Seal Beach Detachment, Naval Weapons Station, Supply Dept., Bldg. 239, Code 210J, 800 Seal Beach Blvd., Seal Beach, CA 90740
ZIP Code
90740
Solicitation Number
N00244-01-T-0148
Response Due
December 14, 2000
Point of Contact
Marty Daugherty, 562-626-7368
E-Mail Address
click here to contact Contract Specialist (daugherty.martha@sbeach.navy.mil)
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 INEGLIGIBLE 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. 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 N00244-01-T-0148 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20 and DFARS Change Notice 20001025. The NAICS code is 334516 and the business size standard is 500 employees. The agency need is for maintenance of the following equipment. Item 0001 GE X-Ray, Model 46-27600462, Ser # 293K56WK6, System # 209998RF1, Room 1, Item 0002 GE X-Ray, Model 46-2742061, Ser # 446825WK2, System # 209998RF2, Room 2, Item 0003 GE X-Ray CT Machine, GE Model HiSpeed, System # 559-998LCT, Room 1224, Item 0004 GE Mammo X-Ray, Model Z108143, Ser # 155909BU5, System # 209998LNSE02, Room 1234, Item 0005 C-Arm Stenoscop D9 Mobile, System # 209998CARM Modality XR, Operating Room. Location of equipment NAS Lemoore, CA 93246. Full service to include all parts, labor, travel, unlimited emergency call back 24 hours a day, seven (7) days a week. Minimum response time is six (6) hours for Items 0001-0004, minimum response time immediate Item 0005. Semi-annual preventive maintenance (PMS). Contractor will report to bio-medical repair division room #1115, bldg. 937 before start and after completion of maintenance repair. The contractor will submit a field service report (FSR) to the bio-medical repair division with the minimum of (1) the complaint; (2) identificaiton of equipment serviced (including: manufacture model number, service number, activities bar code number (BCN)); (3) type of service; (4) itemized list of parts and supplies and cost of each item; (5) total manhours to include travel time. 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 as well as the following addendum clauses: FAR 52.211-5, Material Requirements. 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 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.222-41, Seravice Contract Act of 1965. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.222-48, Exception from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain ADP, Scientific and Medical, and/or Office and Business Equipment-Contractor Certification. 52.217-9, Option To Extend The Term Of The Contract. 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; and addendum provisions DFARS for Certain Domestic Commodities; and addendum provision DFARS 252.211-7003, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPORALS: 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. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001 through 0005. In addition NAVSUP 252.215-9402, Notice to Prospective Offerors, and 252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red/Yellow/Green Program applies. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet 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 and Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. 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 14 December 2000 and will be accepted via fax 562-626-7479.
Web Link
click here to find out more about FISC San Diego (http://www.sd.fisc.navy.mil)
Record
Loren Data Corp. 20001207/JSOL014.HTM (W-340 SN5081M0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on December 5, 2000 by Loren Data Corp. -- info@ld.com