SOLICITATION NOTICE
J -- Maintenance renewal of Hologic X-Ray System
- Notice Date
- 3/3/2015
- 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
- N0060415T3040
- Point of Contact
- Frederick Ray 8084737614
- Small Business Set-Aside
- N/A
- Description
- Annual Maintenance Service of Hologic DR X-Ray System The Fleet Logistics Center (FLC) Pearl Harbor intends to award a sole source, unrestricted Firm-Fixed Price contract to Hawaii Pacific X-Ray Corp, 3375 Koapaka Street, Suite D140, Honolulu, Hawaii 96819. This is a COMBINED SYNOPSIS/SOLICITATION 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 N00604-15-T-3040. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Change Notice 20150226. 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: http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 621512 and the Small Business Standard is $14.0M. 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. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, One (1) group “ Annual Maintenance Service in accordance with the Performance Work Statement (PWS) of a Hologic X-Ray System, comprised of a RADEX DR311 Wall Stand X-Ray, Radiographic X-ray table MS200, Generator VZW2553RD3-01, computer hardware (DRAC and DROC), monitor, keyboard interface, Catella viewer and gateway. Period of performance is 12 months; Delivery Location is Defense POW/MIA Accounting Agency 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: 52.204-2, Security Requirements; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 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 ™s 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; 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates; 52.222-48, Exemption from Application of the SCLS to contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-99, Establishing a Minimum Wage for Contractors (Deviation); 52.223-5, Pollution Prevention and Right-to-Know Information; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; If Quoters have not updated the Representations and Certifications in the System for Award Management (SAM), they shall include a completed copy of 52.212-3 and its ALT I, with quotes. All Quoters shall also include completed copies of the 52.222-48 provision and 252.209-7992 Deviation with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation. (DEVIATION 2015-O0010); 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010); 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, System for Award Management; 252.204-7005, Oral Attestation of Security Responsibilities; 252.204-7011, Alternative Line Item Structure; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦Fiscal Year 2015 Appropriations (Dev 2015 OO0005); 252.211-7003, Item Identification and Valuation; 252.223-7006, Prohibition on Storage of Disposal of Toxic and Hazardous Waste; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7048, Export- Controlled Items; 252.225-7993 (Dev 2014-O0020) (Sep 2014), Prohibition on Contracting with the Enemy; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000, Subcontracts for Commercial Items; 252.247-7023, Alternate III, Transportation of Supplies by Sea; This announcement will close at 10:00AM Hawaii Standard Time on March 4, 2015. Contact Frederick Ray at 808-473-7614 or via email Frederick.ray@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. System for Award Management (SAM). Quoters are required to be registered in the SAM database prior to submitting invoices. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. 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 will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3040/listing.html)
- Record
- SN03656780-W 20150305/150303234506-c8f838f1e07d09f56249aff7bc73d94c (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 |