SOLICITATION NOTICE
Q -- Maintenance of MEDRAD Auto Injectors (Contrast Injector and Isolated Power System
- Notice Date
- 9/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- W91YTZ-07-T-0202
- Response Due
- 9/27/2007
- Archive Date
- 11/26/2007
- Point of Contact
- sandra.z.bulls, 910.907.6954
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This solicitation number W91YTZ-07-T-0202 and is a request for quotation (RFQ). This is an unrestricted procurement. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a contract with a base year and four corresponding option years for the period 1 October 2007 through 30 September 2011 for the following: CLIN 0001 Base Year Annual Maintenance for the period of 01 October 2007 through 30 September 2008: Medrad Auto Injector Systems, nonpersonal maintenance services for the the following equipment: 3 EA Injector, Contrast SN300468412550 (ECN 005331), SN 74809E (ECN 0H1139, and SN 65775 (ECN H2905) and 2 EA Isolated Power Systems SN 12886 Mdl EEC700 (ECN 0H2903) and SN 90100106221101 Mdl SMR200 (ECN H2588 under the MEDRAD Service Maintenance Coverage IAW attached Statement of work, Technical Exhibit 1, and Manufacturer's recommendations. Statement of Work and Technical Exhibit to be provided upon request. Service shall be billed in four quarters (Oct Dec; Jan-Mar; April-June;July-Sept) of each contract year. QUANTITY: 4 Quarters PRICE: __________________ TOTAL: _____________________ CLIN 1001 1st Option Year Annual Maintenance For the period 1 October 2008 30 September 2009: MedRad Auto Injector Systems, nonpersonal maintenance services for the the following equipment: 3 EA Injector, Contrast SN300468412550 (ECN 005331), SN 74809E (ECN 0H1139, and SN 65775 (ECN H2905) and 2 EA Isolated Power System SN 12886 Mdl EEC700 (ECN 0H2903) and SN 90100106221101 Mdl SMR200 (ECN H2588 under the MEDRAD Service Maintenance Coverage IAW attached Statement of work, Technical Exhibit 1, and Manuf acturer's recommendations for the period of 01 October 2007 through 30 September 2008. Statement of Work and Technical Exhibit to be provided upon request. Service shall be billed in four quarters(Oct Dec; Jan-Mar; April-June;July-Sept) each contract y ear. QUANTITY: 4 Quarters PRICE: __________________ TOTAL: _____________________ CLIN 2001 2nd Option Year Annual Maintenance For the period 1 October 2009 30 September 2010: MedRad Auto Injector Systems, nonpersonal maintenance services for the the following equipment: 3 EA Injector, Contrast SN300468412550 (ECN 005331), SN 7480 9E (ECN 0H1139, and SN 65775 (ECN H2905) and 2 EA Isolated Power System SN 12886 Mdl EEC700 (ECN 0H2903) and SN 90100106221101 Mdl SMR200 (ECN H2588 under the MEDRAD Service Maintenance Coverage IAW attached Statement of work, Technical Exhibit 1, and Man ufacturer's recommendations for the period of 01 October 2007 through 30 September 2008. Statement of Work and Technical Exhibit to be provided upon request. Service shall be billed in four quarters (Oct Dec; Jan-Mar; April-June;July-Sept) each contrac t year. QUANTITY: 4 Quarters PRICE: __________________ TOTAL:_____________________ CLIN 3001 3rd Option Year Annual Maintenance For the period 1 October 2010 30 September 2011: MedRad Auto Injector Systems, nonpersonal maintenance services for the the following equipment: 3 EA Injector, Contrast SN300468412550 (ECN 005331), SN 7480 9E (ECN 0H1139, and SN 65775 (ECN H2905) and 2 EA Isolated Power System SN 12886 Mdl EEC700 (ECN 0H2903) and SN 90100106221101 Mdl SMR200 (ECN H2588 under the MEDRAD Service Maintenance Coverage IAW attached Statement of work, Technical Exhibit 1, and Man ufacturer's recommendations for the pe riod of 01 October 2007 through 30 September 2008. Statement of Work and Technical Exhibit to be provided upon request. Service shall be billed in four quarters (Oct Dec; Jan-Mar; April-June;July-Sept) each contract year. QUANTITY: 4 Quarters PRICE: ___________________ TOTAL: ______________________ CLIN 4001 4th Option Year Annual Maintenance For the period 1 October 2011 30 September 2012 : MedRad Auto Injector Systems, nonpersonal maintenance services for the the following equipment: 3 EA Injector, Contrast SN300468412550 (ECN 005331), SN 74 809E (ECN 0H1139, and SN 65775 (ECN H2905) and 2 EA Isolated Power System SN 12886 Mdl EEC700 (ECN 0H2903) and SN 90100106221101 Mdl SMR200 (ECN H2588 under the MEDRAD Service Maintenance Coverage IAW attached Statement of work, Technical Exhibit 1, and M anufacturer's recommendations for the period of 01 October 2007 through 30 September 2008. Statement of Work and Technical Exhibit to be provided upon request. Service shall be billed in four quarters (Oct Dec; Jan-Mar; April-June;July-Sept) each contr act year. QUANTITY: 12 Months PRICE: ____________________ TOTAL: _______________________ The Government intends to make a Sole Source award for the supplies and services described herein to MEDRAD Inc. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exi sts. If offering an equal service provide complete technical documentation and specifications evaluation purposes. Responses are to be faxed to Sandy Bulls at 910-907-9307 or emailed to george.locke@na.amedd.army.mil no later than 3pm 27 September 2007. The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone nu mber, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. (2) FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following f actors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical propos al must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will b e evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory perfo rmance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performa nce shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract te rms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror mee ts work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offe ror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consis tently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical c apability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (1) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer however, only paragraph (j) of this provision is required if the offeror has completed the annual representations and certifications e lectronically at http://orca.bpn.gov. (2) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses 52.217-8 (30 days prior to expiration of the contract), 52.217-9 (a) 30 days; Intent letter within 60 days; 52.232-19 (30 September 2008). (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (4) DFAR 252.232-7003 (1) FAR 52.252-1: for all referenced clauses/provisions, see web site www.acq.osd.mil/dpap/dars It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all inform ation contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. There fore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Eval uation - Commercial Items. 52.212-3, Offeror Representations and Certifications Commercial Items; The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions Commercial I tems; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act Balance of Payments Program Certific ate; 252.225-7001, Buy American Act and Balance of Payments Program. 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. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Quar terly payment under the terms of the contract will be made in arrears. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.219-28 Post-Award Small Business Program Representation; 52.222 -21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act North American Free Trade Agree ment; 52.228-5 Insurance-Work on a Government Installation; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.204-7004 Required Central Contractor Registration; 252.225-700 2 Qualifying Country Sources as Subcontractors. Referenced provisions and clauses may be accessed electronically at these addresses: www.acq.osd.mil/dpap/dars.
- Place of Performance
- Address: North Atlantic Regional Contracting Office Womack Army Medical Center, 2817 Reilly Road Fort Bragg NC
- Zip Code: 20310-7301
- Country: US
- Zip Code: 20310-7301
- Record
- SN01416455-W 20070925/070923223400 (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 |