SOLICITATION NOTICE
J -- Nuclear Medicine Laboratory
- Notice Date
- 1/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G4BA5355A1
- Response Due
- 2/6/2006
- Archive Date
- 2/21/2006
- Small Business Set-Aside
- Total Small Business
- Description
- COMBO SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, F3G4BA5355A1 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. The NAICS code for this solicitation is 325412. The size standard for a small business under this NAICS code is one that is equal to or less than 750 employees. This Request for Quotation is being submitted as a restricted solicitation open to small businesses. Large businesses may bid in the event that no small businesses post a bid. This is a commercial purchase. Contractor?s quotes shall be brand name or equal and include pricing for the following line item: Services non-Personal: To provide all labor, tools, parts, materials, facilities, and transportation necessary to provide the following service: Nuclear Medicine Laboratory Rental (Gamma Camera) Qty: 1 for a total time of 8 weeks Rental start time: 20 February 2006 No Ozone Depleting Certification (ODC) required. All quotes shall be FOB destination. If quoting equal, literature, technical data and product specifications must be submitted with quote for the line item. Quotes should be in the following format; price for each line item independently and price for combined line items. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. The following factors will be used to evaluate the offer: Price, Technical Capability, and delivery schedule. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:30 p.m., Eastern Standard Time, on 06 February 2006. STATEMENT OF WORK FOR RENTAL OF MOBILE NUCLEAR MEDICINE LABORATORY SW-1 SCOPE: Furnish all labor, materials and equipment to place and remove a mobile nuclear medicine laboratory at Nellis AFB, Nevada subject to the terms and conditions of the delivery order. The following specifications apply to this project. SECTION TITLE SW 2-22 SUMMARY OF WORK SW-2 LOCATION: The project site is located at Nellis Air Force Base, approximately nine miles north of Las Vegas, Nevada on US Highway 15. The exact location is building 1300, Stafford Drive, the Mike O?Callaghan Federal Hospital. SW-2.1 Specific site location will be mutually agreed upon between contractor and government. SW-3 DESCRIPTION OF WORK: The work to be accomplished under this delivery order shall include, but is not limited to the following. (NOTE: The Contractor is responsible to verify all dimensions.) SW-3.1 Site mobile unit to include all leveling and installation of decks, stairs and ramping. SW-3.1.2 Connect power and Ethernet to existing termination points provided by the government. SW-3.1.3 Calibrate all hardware to include electrical phase testing. SW-3.1.4 Maintenance of all rented systems/equipment within the trailer with a 4 hour response time. SW-3.1.4.1 Failure to return equipment to operating condition within 24 hours will result in reduction of the lease price base on full day increments due to rescheduling of patients. SW-3.1.5 Disconnection and removal of equipment upon completion of rental. SW-3.2 EQUIPMENT DESCRIPTION: One mobile nuclear medicine laboratory to include but not limited to the following. SW-3.2.1 Mobile Facility not to exceed 40?L X 12W?, with hydraulic patient lift gate, access doors, and any stairs and decking necessary to provide access to staff and patients. SW-3.2.2 ?Hot lab? to include L-block, lead sink and lead lined cabinetry/walls. SW-3.2.3 DICOM compliant, multi-view ?SPECT? gamma camera system including but not limited to the unit itself, computer workstation, processing software, printer, Ethernet and phone connectivity capability with remote access, and archival hard drive. SW-4 CODES: Contractor shall comply with current Occupational Safety and Health Administration, Environmental Protection Agency, Nuclear Regulatory Agency, Food and Drug Administration and Nevada codes applicable laws and regulations as applicable to this statement of work. SW-5 PERMITS: Contractor shall posses or obtain all permits necessary to accomplish this statement of work. SW-6 WASTE AND DISPOSAL: There are no waste or disposal areas available on the base. The contractor will make arrangements at an off-base location in accordance with local and state codes for disposal of any waste generated from the site. SW-7 HAZARDOUS WASTE: Contractor will provide documentation of final disposition of any/all hazardous wastes removed from site. SW-8 DUST CONTROL AND CLEAN UP: Contractor shall maintain the site free from construction debris and trash. Contractor is responsible for the clean up and removal of any debris generated as a result of their work. No trash or debris shall be disposed of on the base or any other federal lands, nor shall it be disposed of in violation of any municipal, county or state ordinances. SW-9 SECURITY: The contractor shall provide physical security for the materials and work under his control during installation. The government shall assume responsibility for equipment during duration of rental. SW-10 MATERIAL STORAGE: No equipment or materials will be stored on the job site. SW-11 FIRE PREVENTION AND PROTECTION: The contractor shall comply strictly with the installation fire regulations and become thoroughly familiar with the fire safety requirements applicable to this project. SW-12 FACILITIES DAMAGE: Contractor shall be responsible for any and all damage to existing buildings and facilities incurred by his work forces or equipment, and shall repair said damages to the satisfaction of the Contracting Officer at no expense to the government. SW-13 COORDINATING AND SCHEDULING: In order for the work to progress smoothly and cause minimal difficulties, it will be necessary for the contractor and Contracting Officer to maintain close and active coordination. SW-14 SCHEDULE OF WORK OPERATION: Not applicable. SW-15 WORKING HOURS: Working hours for the contractor will normally be between the hours of 7:30 A.M. and 4:30 P.M., Monday through Friday, excluding federal holidays. If the contractor desires to work during periods other than above, the request must be identified in writing to the Contracting Officer. The contractor will list the desired dates and identify the work that will be accomplished if approval is given at least three days in advance. When additional inspection forces are reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than the normal duty hours/days; however, if inspectors are required to perform in excess of their normal duty days/hours solely for the benefit of the contractor, the actual cost of inspection at overtime rates will be charged to the contractor. These adjustments to the contract price shall be deducted from the next payment authorized after overtime rates have been determined. In addition to the above, close coordination with the government must be maintained. Whenever work which will be "hidden" or which has not been scheduled will be accomplished, notice must be given to both the Contracting Officer and the contract inspector as early as possible to ensure inspections are accomplished as required. If proper inspections are not accomplished as a result of such lack of notification, the contractor bears the risk of possibly removing completed work and re-accomplishing for the purpose of inspection. SW-16 SAFETY: The contractor shall observe all safety and fire regulations and AFOSH Standards presently enforced at Nellis AFB. The work shall be in accordance with the Corps of Engineers Manual "General Safety Requirement, EM 385-1-1" and Occupations Safety and Health Act (OSHA) Public Law 91-596. SW-17 PROTECTION OF PERSONS AND PROPERTY: Adequate protection of all persons shall be provided at all times. Work shall proceed in a manner to prevent hazards. SW-18 FINAL INSPECTION: The contractor shall request a final inspection, in advance of the final inspection date. The contractor shall allow for enough time so that all work including final clean-up and inspection is completed within the normal working hours as identified in SW-13, "Working Hours". SW-19 UTILITIES: Computer, phone and electricity shall be furnished from existing outlets to the contractor by the government at no expense to the contractor. SW-20 AS-BUILT DRAWINGS: Not applicable. SW-21 SUBMITTALS: Not Applicable. SW-22 HAUL ROUTE CLEAN-UP: Not applicable.
- Place of Performance
- Address: 99th Medical Group, Mike O'Callahan Federal Hospital, 4700 Las Vegas Blvd. North, Las Vegas, NV,
- Zip Code: 89191
- Country: USA
- Zip Code: 89191
- Record
- SN00974442-W 20060129/060127211840 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |