Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOLICITATION NOTICE

J -- Annual Maintenance Service of Hologic DR X-Ray System

Notice Date
10/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3003
 
Response Due
10/28/2011
 
Archive Date
11/12/2011
 
Point of Contact
Nelson Uehara 808-473-7681 Nelson Uehara
 
E-Mail Address
.uehara@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Annual Maintenance Service of Hologic DR X-Ray System This is a SOLE SOURCE COMBINED SYNOPSIS/SOLICITATION to Hawaii Pacific X-Ray Corp, 3375 Koapaka Street, Suite D140, Honolulu, Hawaii 96819, for commercial items prepared in accordance with the information in FAR Parts 12 and 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20111021. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 621512 and the Small Business Standard is $13.5M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Funding is subject to the Continuing Resolution Authority. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, One (1) group “ Annual Maintenance Service of RADEX Hologic DR X-Ray System, Mobile way float Radiography Table, and Catella Scanner Viewer and Gateway. Period of performance is 12 months; Delivery Location is Joint POW/MIA Accounting Command Central Identification Laboratory 310 Worchester Avenue, Bldg. 45 Joint Base Pearl Harbor Hickam, Hawaii 96853-5530. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child labor ”Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-36, Payment by Third Party; 52.252-2, Clauses Incorporated by Reference; If quoters do not have a current ORCA registration, they shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.247-7023, Alternate III, Transportation of Supplies by Sea; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7010, Levies on Contract Payments; 5252.243-9400, Authorized Changes by the KO This announcement will close at 10:00AM Hawaii Standard Time on 10/28/2011. Submit quotes to Nelson Uehara who can be reached at (808) 473-7681 or email nelson.uehara@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3003/listing.html)
 
Record
SN02613871-W 20111029/111027234229-6b3d36df2ea3be1207228fb4bb6c297d (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.