SOLICITATION NOTICE
J -- Medical Refrigeration System Monitoring and Maintenance - Performance Work Statement_Quality Assurance Surveillance Plan
- Notice Date
- 9/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
- ZIP Code
- 20889
- Solicitation Number
- W91YTZ-16-T-0438
- Point of Contact
- Pamela W. Owens, Phone: 7067870293
- E-Mail Address
-
pamela.w.owens.civ@mail.mil
(pamela.w.owens.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS & QASP COMBINED SYNOPSIS/SOLICITATION DRAFT Refrigeration System Monitoring and Maintenance Services Solicitation Number: W91YTZ-16-T-0438 Post Date: 09/21/2016 Response Date: 09/26/2016, 10am, EST Set Aside: 100% Small Business Contracting Office Address: Regional Health Contracting Office-Atlantic, ATTN: RHCO-A (Provisional), Gordon Health Contracting Cell, Building 332, 43 Central Hospital Road, Fort Gordon, GA 30905-5650, POC: Pamela Owens, Contract Specialist. 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 W91YTZ-16-T-0438. 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 2005-89 effective August 15, 2016. The North American Industry Classification System (NAICS) Code for this procurement is: 811219. Small Business Size Standard is $12.5 million dollars. This requirement is restricted to small business. The U.S. Army Medical Command, Moncrief Army Health Clinic, Fort Jackson, SC has a requirement for the following: CLIN 0001: Base year Medical Refrigeration Monitoring System Maintenance. In accordance with the PWS and Includes all travel for unlimited on-site remedial repairs, emergency repairs and routine preventative maintenance to the government-owned Mesa Monitoring Probes located at Moncrief Army Health Clinic and outlying buildings. Includes 46 probes and all systems, subsystems components and assemblies of the original system (hardware, firmware, software and updates, where applicable). Payment is all inclusive for all services at Moncrief Army Health Clinic, Fort Jackson, SC for period of performance: 1 October 2016 - 30 September 2017. Quantity: 1 Unit price: _____________________________ Total Amount: __________________ CLIN 1001: Option year one Medical Refrigeration Monitoring System Maintenance. In accordance with the PWS and Includes all travel for unlimited on-site remedial repairs, emergency repairs and routine preventative maintenance to the government-owned Mesa Monitoring Probes located at Moncrief Army Health Clinic and outlying buildings. Includes 46 probes and all systems, subsystems components and assemblies of the original system (hardware, firmware, software and updates, where applicable). Payment is all inclusive for all services at Moncrief Army Health Clinic, Fort Jackson, SC for period of performance: 1 October 2017 - 30 September 2018. Unit price: _____________________________ Total Amount: __________________ CLIN 2001: Option year two Medical Refrigeration Monitoring System Maintenance. In accordance with the PWS and Includes all travel for unlimited on-site remedial repairs, emergency repairs and routine preventative maintenance to the government-owned Mesa Monitoring Probes located at Moncrief Army Health Clinic and outlying buildings. Includes 46 probes and all systems, subsystems components and assemblies of the original system (hardware, firmware, software and updates, where applicable). Payment is all inclusive for all services at Moncrief Army Health Clinic, Fort Jackson, SC for period of performance: 1 October 2018 - 30 September 2019. Unit price: _____________________________ Total Amount: __________________ CLIN 3001: Option year three Medical Refrigeration Monitoring System Maintenance. In accordance with the PWS and Includes all travel for unlimited on-site remedial repairs, emergency repairs and routine preventative maintenance to the government-owned Mesa Monitoring Probes located at Moncrief Army Health Clinic and outlying buildings. Includes 46 probes and all systems, subsystems components and assemblies of the original system (hardware, firmware, software and updates, where applicable). Payment is all inclusive for all services at Moncrief Army Health Clinic, Fort Jackson, SC for period of performance: 1 October 2019 - 30 September 2020. Unit price: _____________________________ Total Amount: __________________ CLIN 4001: Option year four Medical Refrigeration Monitoring System Maintenance. In accordance with the PWS and Includes all travel for unlimited on-site remedial repairs, emergency repairs and routine preventative maintenance to the government-owned Mesa Monitoring Probes located at Moncrief Army Health Clinic and outlying buildings. Includes 46 probes and all systems, subsystems components and assemblies of the original system (hardware, firmware, software and updates, where applicable). Payment is all inclusive for all services at Moncrief Army Health Clinic, Fort Jackson, SC for period of performance: 1 October 2020 - 30 September 2021. Unit price: _____________________________ Total Amount: __________________ Order Total ____________________________ This solicitation must be quoted all or none. Services provided to: U S Army Medical Command, Moncrief Army Health Clinic, Fort Jackson, SC. FOB Destination. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) apply to this acquisition. The following is incorporated as an Addendum to 52.212-1: (m) Offerers should submit quote by email to Ms. Pamela Owens at email: pamela.w.owens.civ@mail.mil. by 10:00 am, EST, September 26, 2016. (n) Point of Contacts (POCs) for Questions: Questions may be submitted by email only. The Contracting Officer and Contract Specialist are the sole points of contact for this procurement. Questions regarding this solicitation are to be submitted electronically to the Contract Specialist, Pamela Owens at pamela.w.owens.civ@mail.mil and the Contracting Officer, Gloria Brogsdale at Gloria.f.brogsdale.civ@mail.mil, no later than 12:00 noon EST on September 22, 2016. (o) 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. 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.214.34 Submission of Offers in the English Language (Apr 1991) 52.222.56 Certification Regarding Trafficking In Persons Compliance Plan (Mar 2015) 52.225-25 Prohibition on Contracting with Entities Engaging In Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) Full text provisions: 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Feb 2016) 52.209-12 Certification Regarding Tax Matters (Feb 2016) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222.25 Affirmative Action Compliance (Apr 1984) 52.222.48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment Certification (May 2014) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. (End of Provision) 52.252-5 Authorized Deviations in Provisions (Apr 1984). (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7996 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements-Representations (Deviation 2016-O0003 (Oct 2015) 252.203-7997 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) (Oct 2015) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) 52.212-2 Evaluation - Commercial Items (OCT 2014) Addendum to 52.212-2 (LC5005) Paragraph (a) is hereby replaced with the following: (a) The Government will award a contract resulting from this solicitation to the responsible offeror with offer conforming to the solicitation will be most advantageous to the Government, at the lowest price technically acceptable. Technical acceptability will be based on adherence to PWS measured by requiring user. (End of Addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2016) Alternate I (Oct 2014) FAR 52.212-4, Contract Terms and Conditions- Commercial Items (May 2015) paragraph (a) through (v) applies to this acquisition. Addendum to 52.212-4 is the following paragraph (w): (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included 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. The following stand alone discretionary FAR and DFARS Clauses are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-35 Equal Opportunity For Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements (May 2014) 52.222-54 Employment Eligibility Verification (Oct 2015) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) 52.223-3 Hazardous Materials Identification and Material Safety Data (Jan 1997) 52.223-5 Pollution Prevention and Right-To-Know Information (May 2011) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment By Electronic Funds Transfer System for Award Management (Jul 2013) 52.232-39 Unenforceability of unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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 (Apr1984) 52.237-3 Continuity of Services (Jan 1991) 52.247-34 FOB Destination (Nov 1991) DFARS 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 to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7000 Disclosure of Information (Aug 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 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 (Dec2012) The following clauses are incorporated in full text: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) with the websites noted in the last paragraph of this solicitation provided for access to full text of provisions and clauses 52.252-6 Authorized Deviations in Clauses (APR 1984) with the words: DoD FAR Supplement 48 CFR Chapter 2 inserted in paragraph b 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.2004-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) - formerly known as WAWF iRAPT is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor shall (i) register to use iRAPT at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the System for Award Management at https://www.sam.gov within ten (10) calendar days after award of this contract/order. iRAPT Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) location listed in Block 18a of your purchase order/contract. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of iRAPT documents. Foreign Vendors will submit banking information in the Comments Tab of the iRAPT invoice. TYPE OF DOCUMENT [X the appropriate block] ___ Invoice (Contractor Only) ___ Invoice and Receiving Report (COMBO) _X__ Invoice as 2-in-1 (Services Only) ___ Receiving Report (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTZ ADMIN BY DODAAC: W91YTZ INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable) INSPECTOR: ACCEPTOR : RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR/ SPECIALIST: Pamela.w.owens.civ@mail.mil DSN: 773 -0293 Comm: 706 787-0293 - Fax: 706 787-5681 CONTRACTING OFFICER: Gloria.f.brogsdale.civ@mail.mil DSN: 773-7696 Comm: 706 787-7696 - Fax: 706 787-5681 ADDITIONAL CONTACT: Any modification requests must be in writing and submitted to: ADMIN DODAAC. Attn: Ms. Gloria Brogsdale, Contracting Officer. (End of clause) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) (Jun 2016) applies to this acquisition. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. All responsible sources should submit a quote to ATTN: Pamela Owens, Contract Specialist via e-mail: pamela.w.owens.civ@mail.mi l by 10:00am EST, September 26, 2016. For additional information regarding this solicitation you may contact Pamela Owens, Contract Specialist via phone: 706 787-0293 or by e-mail. Performance Work Statement (See Attachment) Quality Assurance Plan (See Attachment)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-16-T-0438/listing.html)
- Place of Performance
- Address: Moncrief Army Health Clinic, Fort Jackson, South Carolina, 29207, United States
- Zip Code: 29207
- Zip Code: 29207
- Record
- SN04282360-W 20160923/160921235643-d363d686d1332897e9c27259115aaa35 (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 |