Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
MODIFICATION

Q -- Sterrad/Sterilizer Maintenance Modification 1 to Combined Synopsis/Solicitation W91YTV-12-T-0126 to Extend Response Date and Change Period of Performance on Contract Line Item Number (CLIN) 2001.

Notice Date
7/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-12-T-0126
 
Response Due
8/9/2012
 
Archive Date
10/8/2012
 
Point of Contact
Pamela W. Owens, 706 787 0293
 
E-Mail Address
Southeast Regional Contracting Office
(pamela.w.owens@us.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. The solicitation number is W91YTV-12-T-0126. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective May 18 2012. The North American Industry Classification System (NAICS) Code for this procurement is: 811219. Small Business Size Standard is 7M. This requirement is unrestricted. Performance Work Statement is attached. The U.S. Army Medical Command, Southern Region Contracting Office - Fort Gordon Cell in support of Winn Army Community Hospital, Fort Stewart, Georgia has a requirement for the following: CLIN 0001: Base Year Maintenance and Repair of Scope Washer Evotech, SN 5041090062, quantity: 1; Plasma Sterilizer Sterrad NX, SN 0033081048, quantity: 1; Plasma Sterilizers (Sterrad 200 SN 10200080948 and Sterrad 200 SN 10200080947), quantity: 1 each. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 4:30 pm. Includes unlimited service calls with 24 hour response time, software updates, and two preventive maintenance service visits at 6 month intervals in accordance with the Performance Work Statement. Technician reports to Equipment Management Branch, Building P302, Room LC29, Winn Army Community Hospital, prior to commensing on-site services and repairs. Base year period is October 1, 2012 through September 30, 3013. Unit price: ____________________ Total Amount: __________________ CLIN 1001: Option Year 1 Maintenance and Repair of Scope Washer Evotech, SN 5041090062, quantity: 1; Plasma Sterilizer Sterrad NX, SN 0033081048, quantity: 1; Plasma Sterilizers (Sterrad 200 SN 10200080948 and Sterrad 200 SN 10200080947), quantity: 1 each. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 4:30 pm. Includes unlimited service calls with 24 hour response time, software updates, and two preventive maintenance service visits at 6 month intervals in accordance with the Performance Work Statement. Technician reports to Equipment Management Branch, Building P302, Room LC29, Winn Army Community Hospital, prior to commensing on-site services and repairs. Option 1 period is October 1, 2013 through September 30, 3014. Unit price: ____________________ Total Amount: __________________ CLIN 2001: Option Year 2 Maintenance and Repair of Scope Washer Evotech, SN 5041090062, quantity: 1; Plasma Sterilizer Sterrad NX, SN 0033081048, quantity: 1; Plasma Sterilizers (Sterrad 200 SN 10200080948 and Sterrad 200 SN 10200080947), quantity: 1 each. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 4:30 pm. Includes unlimited service calls with 24 hour response time, software updates, and two preventive maintenance service visits at 6 month intervals in accordance with the Performance Work Statement. Technician reports to Equipment Management Branch, Building P302, Room LC29, Winn Army Community Hospital, prior to commensing on-site services and repairs. Option year 2 period is October 1, 2014 through September 30, 2015. Unit price: ________________________ Total Amount: __________________ Total price for Base and all option years: ________________ This solicitation must be quoted all or none. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) paragraph (a) through (l) apply to this acquisition. The following is incorporated as an Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for location where full text can be obtained. The following provisions are incorporated by reference: 52.204-5 Women-Owned Business Other Than Small Business (May 1999); 52. 225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.237-1 Site Visit (Apr 1984); 52.203-2 Certificate of Independent Price Determination (Apr 1985); 52.216-1 Type of Contract (Apr 1984); 52.222-48 Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (Feb 2009); 52.233-2 Service of Protest (Sep 2006); The following provisions are incorporated in full text: 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: www.arnet.gov/far, www.dtic.mil/dfars, or www.farsite.hill.af.mil. 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.203-7005 Rerepresentation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7011 Alternative Line-Item Structure (Sep 2011), and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) applies to this solicitation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005) (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992) (End of Addendum to 52.252-1) 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) 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. Award decision will be based on the lowest price technically acceptable. Technical acceptability will be determined by the end user. All responses will be considered for award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to 52.212-2 Technical acceptability is defined as being able to evaluate for ACGME accreditation standards resulting in ACGME Accreditation as outlined in the contract line item description. (End of Addendum to 52.212-2) FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Apr 2012). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (See FAR 52.252-1 for location where full text of this provision can be found). FAR 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition to include the following clauses: Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS and Local clauses herein are incorporated into this contract either by reference or full text: If incorporated by reference see clause 52.252-2 for locations where full text can be found. The following clauses are incorporated by reference: 52.203-3 Gratuities (Apr 1984); 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate 1 (Oct 2010); 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (Oct 2010); 52.204-4 Printed or Copied Double-sided on PostConsumer Fiber Content Paper (May 2011); 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns (Jan 2011); 52.219-8 Utilization of Small Business Concerns (Jan 2011); 52.219-14 Limitations on Subcontracting (Nov 2011); 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2012); 52.222-3, Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-51 Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, Repair of Certain Equipment-Requirements (Nov 2007); 52.222-54 Employment Eligibility Verification (Jan 2009); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.228-5 Insurance-Work on a Government Installation (Jan 1997); 52.232-18 Availability of Funds (APR 1984); 52.232-33 Payment By Electronic Funds Transfer- Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.237-3 Continuity of Service (Jan 1991); 52.242-13 Bankruptcy (Jul 1995); 52.242-15 Stop-Work Order (Aug 1989); 52.247-34 F.O.B. Destination (Nov 1991); 252.201-7000 Contracting Officer's Representative (Dec 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); DFARS 252.204-7000 Disclosure of Information (Dec 1991); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.209-7004 Subcontracting with Firms That are Owned or Controlled by the Government of a Terrorist Country (Dec 2006); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010); 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991); 252.243-7002 Requests for Equitable Adjustment (Mar 1998. 52.217-7 Option for Increased Quantity - Separately Priced Line Item (Mar 1989). The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days before contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.217-8 Option to Extend Services (NOV 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before contract expires. 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: www.arnet.gov/far, www.dtic.mil/dfars, or www.farsite.hill.af.mil. 52.252-6 Authorized Deviations in Clauses (APR 1984). (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.204-7008 Export Controlled Items (Apr 2010) applies to this solicitation. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2011) (Deviation). WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) DFAS POC and Phone:___CUSTOMER SERVICE 1-888-332-7366___________________ WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0490 DFAS - INDY VP GFEBS 8899 E. 56th Street Indianapolis, IN 46249-3800 Phone: 1-888-332-7366 Fax: 1-877-701-5069 (Same as block 18a of your purchase order/contract). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) ___ Invoice and Receiving Report (COMBO) _X__ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: LOCAL PROCESSING OFFICE DODDAC: PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: ACCEPTOR: RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR: Pamela.w.owens@us.army.mil CONTRACTING OFFICER: Gloria.brogsdale@us.army.mil ADDITIONAL CONTACT: Pamela W. Owens Tel: 706-787-0293 E-mail: Pamela.w.owens@us.army.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JULY 2010) (Deviation) applies to this acquisition. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. All responsible sources should submit a quote for future consideration to ATTN: Pamela Owens via fax at 706 787-6573 or e-mail: pamela.w.owens@us.army.mil by 5:00 pm EST, August 9, 2012. For information regarding this solicitation you may contact Pamela Owens, Contract Specialist via phone: 706 787-0293 or e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-12-T-0126/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02813046-W 20120726/120724235502-9e3498ebc8550fbabe47515caa5cffac (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.