Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

J -- Annual Maintenance Faxitron Digital Radiography Unit, base plus four (4) option years

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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-0227
 
Response Due
9/18/2012
 
Archive Date
11/17/2012
 
Point of Contact
Linda Spindler, 706-787-2378
 
E-Mail Address
Southeast Regional Contracting Office
(linda.spindler@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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-0227. 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. Federal Acquisition Regulation (FAR) Clause 52.211-6, Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. This requirement is 100% Small Business Set Aside and the North American Industry Classification System Code (NAICS) for this procurement is: 334510; and the small business size standard is 500. Eisenhower Army Medical Center, Fort Gordon, Georgia 30905, has a need a base plus four (4) option years Premium Maintenance agreement for a Faxitron Digital Radiography unit. SUBSTITUTED ITEMS: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and catalog number you intend to furnish and the characteristics of the substituted item that are equivalent to the brand name. Also, provide all documents which clearly describe the item (s) so that it/they can be evaluated by the end user. Failure to submit the substituted item information before the closing date listed above will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material, composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. Final decision as to award will be based on lowest price technically acceptable (technical capability will be determined by the end user). (End of Provision) THIS SOLICITATION MUST BE QUOTED ALL OR NONE. ITEM NO.SUPPLIES/SERVICESQUANTITYUNITUNIT COSTTOTAL COST 0001Premium Maintenance for 1EA$________$_______ one each Faxitron Digital Radiography unit Period of Performance: 1 Oct 2012 through 30 Sep 2013 1001Premium Maintenance for 1EA$________$_______ one each Faxitron Digital Radiography unit Period of Performance: 1 Oct 2013 through 30 Sep 2014 2001Premium Maintenance for 1EA$________$_______ one each Faxitron Digital Radiography unit Period of Performance: 1 Oct 2014 through 30 Sep 2015 3001Premium Maintenance for 1EA$________$_______ one each Faxitron Digital Radiography unit Period of Performance: 1 Oct 2015 through 30 Sep 2016 4001Premium Maintenance for 1EA$________$_______ one each Faxitron Digital Radiography unit Period of Performance: 1 Oct 2016 through 30 Sep 2017 TOTAL CONTRACT PRICE (BASE PLUS FOUR YEARS) $_________________________ The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (FEB 2012); Addendum 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 locations where full text can be obtained. 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition On Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.203-2, Certification of Independent Price Determination (APR 1985) ; 52.233-2 Service of Protest (SEP 2006); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998): The full text of a soliciation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far.; 52.252-5, Authorized Deviations in Provisions Incorporated by References (Apr 1984), (DoD FAR Supplement "(48 CFR Chapter 2)"; 252.203-7005, Representation Relation to Compensation of Former DOD Officials (Nov 2011); 252.204-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations Certifications and Representations-Commercial Items (Jun 2005); 252.215-7007, Notice of Intent to Re-solicit (JUN 2012); 252.215-7008 (JUN 2012); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available. Awardee will be the Lowest Priced, and or Technically Acceptable (LPTA) Offeror. (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). "Given that FAR 52.217-8 provides that the Government may exercise the Option to Extend Services at the rates specified in the contract (i.e., the rate in effect when the Extension of Services option is exercised), for purposes of evaluating the Option to Services, the Contracting Officer will consider the prices submitted for the base year and each option year, since those are the binding prices should the Option to Extend be exercised." (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; all of which apply to this solicitation. 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012) Alternate I (Apr 2011) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); 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 in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-3 Gratuities (APR 1984); 52.203-6, Restriction on Subcontractor Sales to the Government (SEP 2006); Alternate I (OCT 1995); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer 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 (AUG 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedied (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (EEO); 52.222-26, Equal Opportunity (Mar 2007) (EEO); 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 of Veterans (Sep 2010); 52.222-43, Fair Labor Standards Act and Service Contract - Price Adjustment (SEP 2009); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54 Employment Eligibility Verification (JUL 2012); 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-18, Contractor Policy 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 Services (JAN 1991); 52.242-13, Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 252.201-7000 Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement of Information Employees of Whistleblower Rights (JAN 2009); 252.204-7000 Disclosure Information (DEC 1991); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.209-7004, Subcontracting with Firm 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); 252.243-7001 Pricing of Contract Modifications (DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 52.204-99, System for Award Management Registration (DEVIATION 2012-O0015) (AUG 2012); 52.217-8, Option to Extend Services (NOV 1999); The contracting officer may exercise the option by written notice to the contractor within 30 days of expiration date; 52.217-9, Option to Extend the Terms of the Contract (MAR 2000) - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. (b) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months; 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any 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; 252.204-7008 Export - Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011) (DEVIATION); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) DEVIATION also apply to this solicitation. The government anticipates awarding a single award for this requirement. Services are to be delivered at: Eisenhower Army Medical Center, 300 East Hospital Road, Room 3J-14, Fort Gordon, Georgia 30905. All offerors must be registered in the Systems for Award Management System and or prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced, and or Technically Acceptable (LPTA). Offerors may obtain information on registration and annual confirmation requirements via Internet at https://www.sams.gov/. Proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Linda spindler via fax at (706) 787-6573 or e-mail: linda.spindler@us.army.mil by September 18, 2012, 5:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-12-T-0227/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02878466-W 20120913/120912002601-9d8b8454a4c66d4063487d40d83d127f (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.