Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2006 FBO #1815
SOLICITATION NOTICE

J -- X-Ray Service

Notice Date
11/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3F4SG6234A100
 
Response Due
11/17/2006
 
Archive Date
12/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) (PR #F3F4SG6234A100) is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 and through Department of Defense Acquisition Regulation Change Notice 20061004. It is the contractor???s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 811219; Small Business Size Standard: $6.5 (v) Service/Maintenance agreement of General Electric Medical Imagery Equipment CLIN (0001) R&F System less optional items digital subsytem, X-Ray tube and image tube coverage. (will maintain 95% /uptime for the year) (1ea) CLIN (0002) X-ray tube coverage (will maintain 95% /uptime for the year) (1ea) CLIN (0003) 12??? Image tube coverage (will maintain 95% /uptime for the year) (1ea) CLIN (0004) One option vertical bucky stand (will maintain 95% /uptime for the year) (1ea) CLIN (0005) Digital DRS subsystem (will maintain 95% /uptime for the year) (1ea) CLIN (0006) AMX 4 mobile unit excluding E xray tubes and other options (will maintain 95% /uptime for the year) (1ea) CLIN (0007) X-Ray tub coverage on mobile x-ray (will maintain 95% /uptime for the year) (1ea) CLIN (0008) Radiographic system less x-ray tubes and other options (will maintain 95% /uptime for the year) (1ea) CLIN (0009) X-Ray tube coverage (will maintain 95% /uptime for the year) (1ea) CLIN (0010) Vertical Bucky Stand (will maintain 95% /uptime for the year) (1ea) CLIN (0011) Loarad MIV mammography system (1ea) CLIN (0012) X-Ray tube coverages STATEMENT OF WORK FOR MAINTENANCE SERVICE 1. WORK PERFORMANCE: Work performed shall consist of twelve (12) regular preventive maintenance inspections per year plus all service calls required prior to, and subsequent to regular preventive maintenance inspections during the term of the contract. Work performed shall be in accordance with manufactures??? commercial practice and shall include, but not limited to: cleaning, oiling, adjusting, replacing of parts, where needed, and keeping the machine in good serviceable condition, except repairs necessitated by fire, abuse , negligence, or by acts of God. 2. INTERVENING REPAIR CALLS: Service will include all intervening repair calls necessary between regular inspections at no cost to the government. Such service shall be furnished during the contractor???s normal business hours within four (4) working hours after receipt of the call by the contractor. 3. EMERGENCY REPAIR: Emergency repair will be available during normal duty hours from 7:30 AM through 4:30 PM, Monday through Friday, except Federal holidays, at no extra charge to the government within Six (6) working hours for emergency calls. 4. MAINTENANCE SERVICE: The contractor will systematically service the equipment covered by this contract within the allotted time set forth for each periodic service. Service will include all necessary cleaning, oiling, adjusting, calibrating, replacing parts and accomplishing minor repairs (minor repairs and those repairs that can be accomplished on site utilizing normal portable tools and equipment applicable to the trade). Suggestions for improvement and efficiency of operation should be offered by the contractor to operators at the time services are made. 5. SERVICEMAN MUST REPORT TO THE 366 MEDICAL SQUARDRON BEFORE MAKING INSPECITONS/SERVICE CALLS: Servicemen are required to report to the 366 Medical Squadron, Bldg. 6000, Medical Maintenance Department, Mountain Home AFB, ID upon arrival and completion of inspection or service calls and submit an inspection or se4rvice call report. Their service report must be prepared to verify the performance of inspections/service calls. The report must include the name of the person performing the service, repairs made to the item service or inspected date, signature of machine operator or equipment custodian, the control number of the unit being serviced and the contract number. (vi) FOB-Destination for delivery to: 366 Gunfighter Ave Suite 498 P.O. Box 4037 MHAFB, ID 83648-4057. Delivery NLT 20 November 2006. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Computer System Analyst II-GS 9 $20.58/hr; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer???Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.???Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors???Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications ??? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Quotes must be emailed to (Mark A Barber mark.barber@mountainhome.af.mil), or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, November 17, 2006.
 
Place of Performance
Address: 366 Gunfighter Ave, Bldg 512 Ste 498, Mountain Home AFB Idaho
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01180033-W 20061115/061113220247 (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 |
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.