Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2015 FBO #4822
SOLICITATION NOTICE

J -- Dental Equipment Maintenance - Package #1

Notice Date
2/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
F3C4HP4337AW01
 
Archive Date
3/31/2015
 
Point of Contact
Michael J. Solo, Phone: 701-723-6893, Carlan Taft, Phone: 7017234182
 
E-Mail Address
michael.solo.1@us.af.mil, carlan.taft@us.af.mil
(michael.solo.1@us.af.mil, carlan.taft@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Request for Quote SCA Wage Determination Performance Work Statement Description: (i) 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. (ii) The solicitation number F3C4HP4337AW01 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. (iv) This acquisition is solicited under full and open competition. The North American Industry Classification System (NAICS) code is 811219 with a size standard not to exceed $20.5 million (U.S.) (v) CLIN 0001 - Maintenance agreement for medical equipment. Contractor shall furnish all labor, tools, materials, facilities, and transportation for on-site full service, preventive maintenance, and repair of equipment in accordance with attached Performance Work Statement (PWS) (Attachment 1). Base year, 1 Mar 15 - 29 Feb 16. Quantity: 4 Quarters. CLIN 0002 - Maintenance agreement for medical equipment. Contractor shall furnish all labor, tools, materials, facilities, and transportation for on-site full service, preventive maintenance, and repair of equipment IAW with attached PWS. Option year 1, 1 Mar 16 - 28 Feb 17. Quantity: 4 Quarters. CLIN 0003 - Maintenance agreement for medical equipment. Contractor shall furnish all labor, tools, materials, facilities, and transportation for on-site full service, preventive maintenance, and repair of equipment IAW with attached PWS. Option year 2, 1 Mar 17 - 28 Feb 18. Quantity: 4 Quarters. CLIN 0004 - Maintenance agreement for medical equipment. Contractor shall furnish all labor, tools, materials, facilities, and transportation for on-site full service, preventive maintenance, and repair of equipment IAW with attached PWS. Option year 3, 1 Mar 18 - 28 Feb 19. Quantity: 4 Quarters. CLIN 0005 - Maintenance agreement for medical equipment. Contractor shall furnish all labor, tools, materials, facilities, and transportation for on-site full service, preventive maintenance, and repair of equipment IAW with attached PWS. Option year 4, 1 Mar 19 - 29 Feb 20. Quantity: 4 Quarters. Preventive maintenance checks are to be conducted in accordance with the manufacturer's specified maintenance intervals. See attached Request for Quotation (Attachment 3). (vi) Services Non-personal: Maintenance agreement for medical equipment. Contractor shall furnish all labor, tools, materials, facilities, and transportation for on-site full service, preventive maintenance, and repair of the following equipment: a) 20 in. Century Vacuum Sterilizer b) 60 KW Electric Steam Generator c) Reliance 444 Washer (vii) Place of performance is Minot AFB, ND 58705 and period of performance will be 1 March 2015 to 29 Feb 2016 base year with four (4) option years. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price 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 shall be based on best value to the government. The evaluation procedure to be used for this procurement is price and price related factors. The price related factors are as follows: the Offeror must have successfully completed two contracts with a minimum value of $25,000 annually and be actively engaged as a contractor performing services as defined by the NAICS Code 811219 within the last five years. Offerors must complete attached Past Performance Questionnaire (Attachment 4) and submit with their offer for evaluation. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.204-10, 52.209-6, 52.222-3, 21, 26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.222-41, and 52.222-42. Current Wage Determination is attached (Attachment 2). (xiii) The following FAR, DFARS and AFFARS Clauses and Provisions also apply: 52.204-7, 52.204-9, 52.204-13, 52.217-8, 52.217-9, 52.223-5, 52.232-18, 52.232-40, 52.247-34, 52.252-1, 52.252-2, 52.252-6, 52.253-1, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 Alt A, 252.204-7011, 252.204-7012, 252.204-7015, 252.209-7992 (Dev), 252.223-7006, 252.225-7001 252.232-7003, 252.232-7006, 252.232-7007, 252.232-7010, 252.244-7000, 252.247-7023, 5352.201-9101, 5352.223-9000, 5352.223-9001, and 5352.242-9000. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 2:00 pm Central Standard Time on Friday, 13 February 2015. Quotes received after that time may not be considered. (xvi) All offerors must be certified to perform maintenance on Steris equipment and must send a copy of that certification with their proposal. (xvii) Any questions regarding this notice should be directed to SrA Michael Solo, 5 CONS/LGCB, 165 Missile Avenue, Minot, ND 58705, (701) 723-6893, or by email to michael.solo.1@us.af.mil. The alternate contact is Carlan Taft at (701) 723-4182 or email carlan.taft@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-2895.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4542d9364c65f0a4b2f362c877ca134b)
 
Place of Performance
Address: Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN03633706-W 20150206/150205000405-4542d9364c65f0a4b2f362c877ca134b (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.