Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2013 FBO #4088
MODIFICATION

J -- X-Ray Equipment Maintenance

Notice Date
1/31/2013
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, CENTCOM - Joint Theater Support Contracting Command, Theater Wide Source Selection for Afghanistan (TWSS-A), APO AE 09356, United States
 
ZIP Code
09356
 
Solicitation Number
W56KJD-13-R-0009
 
Archive Date
2/20/2013
 
Point of Contact
Benjamin B. Yeutson, , Wayne Shavers,
 
E-Mail Address
benjamin.b.yeutson@swa.army.mil, wayne.shavers@afghan.swa.army.mil
(benjamin.b.yeutson@swa.army.mil, wayne.shavers@afghan.swa.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will be issued upon written request. (II) This solicitation is issued under Request for Quotation (RFQ) number W56KJD-13-R-0009 for implementation of a purchase order as defined in FAR Part 13.303-1(a). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 05-64 dated 18 January 2013. (IV)This acquisition is unrestricted. The North American Industry Classification system code (NAICS) 811219 size standard of $19.0 Million. (V) The purpose of this combined synopsis is for the purchase of X-ray Maintenance for performance at multiple locations identified within the attached Performance Work Statement. (VI) Description of the requirements for the items to be acquired: CLIN 0001 - Imaging System Maintenance A, upon request by an authorized individual during the period of the contract. Unit of Issue: Month. See Performance Work Statement for exact requirements; CLIN 0002 - Imaging System Maintenance B, upon request by an authorized individual during the period of the contract. Unit of Issue: Month. See Performance Work Statement for exact requirements; CLIN 0003 - DBA Insurance - Unit of Issue: Lump Sum, See Performance Work Statement for exact requirements(VII) The total duration of this purchase order shall not exceed three years. Place of Performance: Multiple Locations (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) FAR 52.212-2, Evaluation - Commercial Items. DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be lowest price technically acceptable to the Government. The Government intends to evaluate proposals and award a contract without discussions, therefore, offeror's initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The vendor submittal requirements are as follows: (X) FAR 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). (XI) 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contracts Terms and Conditions - Commercial Items; 52.222-29, Notification of Visa Denial; 52.222.50, Combating Trafficking of Persons; 52.242-15, Stop-Work Order; 252.201-7000, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Alternate A Central Contractor Registration Alternate A; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist County; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.222-7002, Compliance With Location Labor Laws (Overseas); 252.225-7041, Correspondence in English; 252.225-7042, Authorization to Perform; 252.225-7993(Dev), Prohibition on Contracting With the Enemy in the United States Central Command Theater of Operations (Deviation); 252.225-7997(Dev), Additional Requirements and Responsibilities Relating to Alleged Crimes by or Against Contractor Personnel in Iraq and Afghanistan(Deviation); 252.229-7000, Invoices Exclusive of Taxes or Duties; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7008, Assignment of Claims(Overseas); 252.232-7010, Levies on Contract Payments, 252.233-7001, Choice of Law(Overseas); (XIII)The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7039, Contractors Performing Private Security Services; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The following additional clauses and provisions are added in full text: 52.212-2, Evaluation - Commercial Items w/Addendum : Basis for Contract Award; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.228-3, Worker's Compensation Insurance (Defense Base Act); 52.233-2, Service of Protest; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7995, Contractor Personnel Performing in the United States Central Command Area of Responsibility (Deviation 2011-0004); 952.201-0001 Ombudsman; 952.222-0001, Prohibition Against Human Trafficking, Inhumane Living Conditions, and Withholding of Employee Passports; 952.223-0001, Reporting Kidnappings, Serious Injuries and Deaths; 952.225-0001, Arming Requirements and Procedures for Personnel Security Services Contractors and For Requests for Personal Protection; 952.225-0003, Fitness for Duty and Medical/ Dental Care Limitations (Afghanistan); 952.225-0004, Compliance With Laws and Regulations; 952.225-0005, Monthly Contractor Census Reporting; 952.225-0009, Medical Screening and Vaccination Requirements for Contractor Employees Operating in the CENTCOM Area of Responsibility; 952.225-0011, Government Furnished Contractor Support; 952.225-0015, Host Nation Contractor and Subcontracting Requirements; 952.225-0016, Contractor Demobilization (Afghanistan); 952.225-0020, Contractor Accountability and Personnel Recovery (Afghanistan); 952.225-0022, Inbound/ Outbound Cargo and Contractor Equipment Census (Afghanistan); 952.228-0001, Workers Compensation Insurance (Defense Base Act); 952.228-0002, Defense Base Act Insurance Rates - Limitation - Fixed-Price Contracts; 952.232-0002, Notification of Pyament in Local Currency(Afghanistan); 952.232-0004, Payment in Local Currency (Afghanistan); 952.232-0005, Wide Area Workflow Instructions; 952.233-0001, Agency Protest Program. (XIV) The DPAS is not applicable to this acquisition. (XV) Sign and date your offer, then submit to PHNXGSCC_Proposals.org listed on page 72 of the solicitation. All quotes shall reference the RFQ number and shall be submitted in writing by 01:30 A.M. central standard time on 05 February 2013. The anticipated award date is 10 February 2013. (XVI) For information regarding this solicitation contact TSgt Benjamin B. Yeutson at benjamin.b.yeutson@swa.army.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted via e-mail to the address above. All answers (on a non-attribution basis) will be posted to http://www.fbo.gov. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted above no later than 10:00 A.M. central standard time on 30 January 2013. Terms of the solicitation and Terms and Conditions remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c86a4277886045dc5ff10afe971f3c69)
 
Place of Performance
Address: Multiple Locations, Afghanistan
 
Record
SN02977317-W 20130202/130131235000-c86a4277886045dc5ff10afe971f3c69 (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.