Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2015 FBO #5043
SOLICITATION NOTICE

K -- Annual service agreement for preventive maintenance, calibration and safety testing services for Draeger Medical, Inc. anesthesia machines.

Notice Date
9/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915T0507
 
Response Due
9/16/2015
 
Archive Date
10/1/2015
 
Point of Contact
Misty Alvarez 757-443-1968
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 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 solicitation number is N00189-15-T-0507 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20150826. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and is not being set-aside for small businesses. The Small Business Standard is $20.5M. The Government intends to solicit and negotiate on a SOLE SOURCE basis contract to supply an annual service agreement for preventive maintenance, calibration and safety testing services for Draeger Medical, Inc. anesthesia machines in support of eight naval ships assigned to Commander Naval Surface Forces, Atlantic, to a certified Original Equipment Manufacturer service provider. Draeger Medical, Inc. is the Original Equipment Manufacturer (OEM) of the anesthesia machines and these machines must be maintained to meet the OEM ™s specifications and functionality. The calibration and repairs of worn or defective parts must restore equipment to 100% operational condition as specified by the OEM. Performance Work Statement and List of Government Furnished Property attached. The required base period of performance is 27 September 2015 through 26 September 2016 with one option year. The performance location is Norfolk, VA and Mayport, FL. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference and full text: 52.204-7 System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 SAM Maintenance 52.212-1 Instructions to Offerors--Commercial Items 52.212-3, 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.222-50Combating Trafficking in Persons 52.222-51Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer “ SAM (July 2013) 52.217-5Evaluation of Options (July 1990) 52.217-9Option to Extend the Term of the Contract 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-18Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.245-1Government Property 52.245-2Government Property (Installation Operation Services) (April 2012) 52.245-9Use and Charges (April 2012) 52.247-34 F.O.B. Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7000Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management Alternate A 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7009Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.211-7007Reporting of Government-Furnished Property (Aug 2012) 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048Export-Controlled Items (June 2013) 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.246-7003Notification of Potential Safety Issues 252.247-7023Transportation of Supplies by Sea (April 2014) 5252.204-9400Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, IT Systems, or Protected Health Information (July 2013) ADDENDUM TO FAR 52.212-1 In addition to FAR 52.212-1, śInstructions to Offerors “ Commercial Items, ť and shall be received by NAVSUP Fleet Logistics Center Norfolk NLT the closing date of the solicitation. This requirement will be awarded using procedures under Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. The Government intends to evaluate offers and award a contract using the procedures of FAR Subpart 13.106. The Government shall select the vendor whose quote represents the best value to the Government, considering price and technical when compared to other quotations. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. Response to this solicitation is due 16 September 2015 at 10:00am local time, Norfolk, VA. Quotes shall be submitted via email to misty.alvarez@navy.mil. Please reference the solicitation number on your quote. Oral communications are not acceptable in response to this notice. System for Award Management (SAM) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS Number, business size and payment terms. Attachments: Attachment I “ Performance Work Statement (PWS) Attachment II - Government Furnished Property ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0507/listing.html)
 
Record
SN03883564-W 20150914/150912233542-948708dd8d7b2d617ff9e35fefcd06a9 (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.