SOLICITATION NOTICE
J -- 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.
- Notice Date
- 8/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU010T0102
- Response Due
- 8/19/2010
- Archive Date
- 10/18/2010
- Point of Contact
- Selma Rivera, 915-563-0885
- E-Mail Address
-
Western Regional Contracting Office
(selma.rivera@amedd.army.mil)
- 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center (WBAMC) has a requirement for a full service on-site maintenance contract. Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform all scheduled and unscheduled maintenance for a Hologic X-Ray Machine as stated in solicitation W91YU0-10-T-0102. Contractor will provide only technically qualified technicians who are formally trained on the equipment. Contractor shall provide one (1) preventive maintenance (PM), and one (1) annual calibration verification check (CVC); and shall perform the CVC in conjunction with the preventive maintenance services. Services during the time frame will include one (1) electrical safety current leakage test to determine the amount of electrical current electrical leakage to the case of the unit. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Standard Industrial Classification (SIC) J065. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. All responsible Contractors shall provide an offer for the following: Base and Four Subsequent 1-Year Options Period of Performance: 01 October 2010 through 30 September 2011, plus four option periods ending 30 September 2015. Full Service Maintenance, in accordance with the attached Performance Work Statement, CLIN 0001: Hologic X-Ray Machine, Serial Number: DR4036 CLIN 0002: Hologic Image Checker (DMAX), Serial Number: CL3080 CLIN 0003: Contract Manpower Report, 1 each The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 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 acceptable, and price. To be technically acceptable the quote must meet the minimum requirements stated on the PWS. Provide the technically qualified technicians available for performing services and indicate the technician qualifications required to perform services under this contract (i.e. resumes, certificates and/or any other documentation) that completely describes the qualification requirements. Award will be made to the lowest-priced, technically acceptable offeror, that presents the quote that possesses all of the following characteristics: meets the acceptability standards for non-price factor, conforms to the solicitation, determined acceptable to the Government, is from a responsible (as defined in Federal Acquisition Regulations Part 9) offeror, and has the lowest price of those offerors meeting the first four characteristics listed here. 52.212-3 Offerors Representations and Certifications-Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items. 52.203-3 Gratuities; 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-50 Alt I Combating Trafficking in Persons; 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements; 52.222-54 Employment Eligibility Verification; 52.223-5 Pollution Prevention and Right to know Information; 52.225-13 Restriction on Certain Foreign Purchases; 52.228-5 Insurance Work On A Government Installation; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-3 Continuity Of Services; 52.242-13 Bankruptcy; 52.245-1 Government Property; 52.245-9 Use and Charges; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.252-6, Authorized Deviations in Clauses; 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation); 52.204-5, Women-Owned Business (Other than Small Business); 52-222-48 Exemption from Application of Service Contract Act to contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.233-2 Service of Protest; 52.252-2 Clauses Incorporated by Reference. The following DFARS clauses apply: 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.211-7003 Item Identification and Valuation; 252.211-7007 Reporting of Government-Furnished Equipment in the DOD Item Unique Identification (IUID) Registry; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 19 August 2010, 4:00 Mountain Standard Time. Submit offers via fax to (915) 569-4736 or email to Selma.rivera@us.army.mil Place of performance: William Beaumont Army Medical Center, Medical Maintenance Branch 5005 N. Piedras, El Paso, TX 79920-5001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0102/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: WBAMC, 5005 N Piedras, Bldg 7115 El Paso TX
- Zip Code: 79920-5001
- Zip Code: 79920-5001
- Record
- SN02230635-W 20100807/100805235752-6c0ef6f04eeb37bc91ae287067ba0a37 (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 |