Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2003 FBO #0669
SOLICITATION NOTICE

J -- Maintenance Services for ATL Philips Medical Systems Ultrasound Units, Model HDI-5000, 6 each, for a base period of one year with four (4) one-year option periods.

Notice Date
9/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
DADA15-03-T-0276
 
Response Due
9/29/2003
 
Archive Date
11/28/2003
 
Point of Contact
lynn.ellison, 910-907-9304
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(Lynn.Ellison@NA.AMEDD.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
NA Womack Army Medical Center has a requirement for annual maintenance for six (6) ultrasound units, model HDI 5000, mfg Phillips Medical Systems, Advanced Technology Labs, for a base year and four 1-year option periods. The Government intends to make a sole source award for the services described herein to Phillips Medical Systems. All offers received in response to this solicitation will be considered. Responses are to be faxed to Lynn Ellison at 910-907-9307 no later than 1000 hours on 29 SEPTEMBER 2003. Evaluation Factors: The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical / Past Performance Provide a list of all government contracts for subject service held over the last two (2) years.Include the agency mane, address, name and phone number of a person to contact, the cont act number, and dollar value of the contract. Provide a list of commercial contracts held over the last year for subject services, to include company name, address, name and phone number of a person to contact, the contract number, and dollar value of the contract.The evaluation of past performance will not be numerically rated. Evaluation of past performance will be based on the following: a.High Risk. Equates to a low probability of success. Verification of past performance shows the offers have consis tently not met work schedules and other obligations, have defaulted on at least one contract within the past three (3) years, or have chronically failed to meet contract terms. b Medium Risk. Equates to a reasonable expectation of success. Verification of past performance shows that offeror occasionally has not met work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaulted on any contract wi thin the past three (3) years. c. Low Risk. Equates to a substantial probability of success. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three (3) years. Price: The award will be made on a best value basis with a technically acceptable firm which offers the government the best value, based on an evaluation of past performance and price, as equally rated factors. Price will be evaluated separately from technical/past performance. The Government will award a contract resulting from this solicitation to the low-priced technically-acceptable offeror with a satisfactory past performance. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Ev aluation of options shall not obligate the Government to exercise the option(s). STATEMENT OF WORK: Description of Services: Contractor will furnish maintenance service in accordance with Customer Care System Agreement. General Information: Only the Co ntracting Officer has the authority to approve changes to this contract that would result in an increase or decrease of the awarded price. Contractor is not liable for damages caused by acts of God or abuse by Government personnel. Contractor will cease work immediately if this type of damage is detected during servicing and contact the MMB.Contractor will not work on equipment unless there is a valid contract in place and the serial number of the equipment matches that of the contract. Contractor will no t exchange Government owned equipment unless approved by the Chief, Medical Maintenance Branch. Quality Control: Contractor will develop and maintain a quality control program to ensure maintenance and repair services are completed in accordance to this Statement of Work (SOW), applicable codes and standards. Quality Assurance: The government will periodically evaluate the contactor??????s performance in accorda nce with the Quality Assurance Surveillance Plan . Quarter payment under the terms of this contract will be made in arrears. The following FAR provisions and clauses applies to this solicitation: 52.212-1 Instructions to Offerors-Commercial;52.212-4 Contra ct Terms; 52.212-5 Contract Terms; 52,237-2 Protection of Government Buildings, Equipment and Vegetation; 252.204-7004 Required CCR;2.217-8 Option to Extend Svcs;52.217-9 Option to Extend Term;52.232-18 Availability of Funds;52.232-19 Availability of Next Year Funds;252.212-700 Contract Terms; (Contractor to include a completed copy of the following with quote)52.212-3 Offeror Reps and Certs;52.222-48 Exemption from Service Act. Referenced provisions and clauses may be accessed electronically at these addre sses: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic Womack Army Medical Center, Bldg 4 2817 Reilly Road Fort Bragg NC
Zip Code: 28310
Country: US
 
Record
SN00442140-W 20030927/030925213310 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.