|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1998 PSA#218599th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 J -- MAINTENANCE OF ADAC LABORATORIES DUAL HEAD GENSYS/PEGASYS 10 TM
IMAGING SYSTEM LOCATED NELLIS AFB, NV. SOL F26600-98-Q2043 DUE 092598
POC A1C Leo Davis, Contracting Specailist, or TSgt Jeffry Grigsby,
Contracting Officer 702-652-6865 WEB: Nellis AFB Contracting Home Page,
http://www.nellis.af.mil/units/99cons. E-MAIL: Contact Contracting
Specailist via e-mail, leo.davis@nellis.af.mil. 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. Solicitation no. F2660098Q2043 is
issued as a Request for Quotation (RFQ). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. This requirement is issued with intention
to award non-competitively to ADAC Laboratories. The SIC for this
solicitation is 7378. Item description as follows: Non-personal service
to perform preventive maintenance, calibration, and repair of ADAC
Laboratories Vertex Plus with MCD/Pegasys 20 TM imaging system.
Maintenance agreement will include the following: 1) (2) two preventive
maintenance inspections for the year 2) Intervening repair calls with
a response time of 24 hours after notice is given 24 hours a day, 7
days a week, 365 day a year including federal holidays 3) Emergency
Repair calls with a response time of 12 hours after notice is given 24
hours a day, 7 days a week, 365 days a year including federal holidays
4) All parts and labor needed throughout the term of the contract. All
equipment is located at Mike O' Callaghan Federal Hospital, Las Vegas,
NV. The period to be covered is from 1 Oct 98 to 30 Sept 99, with four
(4) option years. All other work is outlined in the Statement of Work
(SOW). There are (5) five line items included in this solicitation
(see bid schedule). The due date for submission of bids is 1700 PST 25
Sep 98. The provision at FAR 52.212-1, Instructions to
Offerers-Commercial, applies to this solicitation. The Clause at FAR
52.212-2; Evaluation of Commercial items, applies to this solicitation.
Award will be made to the responsible, responsive offeror whose offer
will result in the lowest technically acceptable price. The government
will evaluate options for award purpose by adding the total price for
all options to the total price for the basic requirement for the total
five-year period. The government may determine that an offer is
unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the government to exercise the
options. The Clause at 52.212-3 Offeror Representations and
Certifications Commercial items, applies to this solicitation. Offerors
who fail to submit a completed Representation and Certification may be
considered non-responsive. The clause at FAR 52.212-4 Contract Terms
and Conditions-Commercial items applies to this solicitation. The
clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statues or Executive Orders-Commercial items, applies to this
solicitation. Specifically, the following cited clauses are applicable
to this solicitation: FAR 52.203-6 Restrictions on Subcontractor Sales
to the Government, FAR 52.219-6 Notice of Total Small Business
Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns and
Small Disadvantaged Business Concerns, FAR 52.219-14 Limitation on
Subcontracting, FAR 52.222-26 Equal Opportunity; FAR 52.222-35
Affirmative action for Disabled Veterans and Veterans of the Vietnam,
Era; FAR 52.222-36 Affirmative Action for workers with Disabilities,
FAR 52.222-37 Employment Reports on Special Disabled Veterans on the
Vietnam Era; FAR 52.222-41 Service Contract Act of 1965 as amended. In
compliance with the Service Contract Act of 1965, and the regulations
of the Secretary of Labor, this clause identifies the classes of
service for employees expected to be employed under the contract and
states the wages and fringe benefits payable to each if they were
employed by the contracting agency subject to the provisions of 5 USC
5341 or 5332. FAR 52.222-42, Statement of Equivalent Rates for Federal
Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract
Act-Price Adjustment (Multiple Year and Option Contracts). The
following clauses also apply to this solicitation and are incorporated
by reference: FAR 52.217-5 Evaluation of Options in Solicitations, FAR
52.217-9 Option to Extend the Term of the Contract, DFARS 252.204-7004
Required Central Contract Registration, DFARS 252.232-7009 Payment by
Electronic Funds Transfer. For solicitations after 1Jun 98 all
contractors are required to be registered in the central contractor
registration (CCR) database to receive a DOD award or payment. Lack of
registration in CCR will make an offeror ineligible for award.
Contractors may obtain information on registration via the Internet at
http://ccr.edi.disa.mil. Internet processing takes approx. 30 days.
Duns number must be provided by the contractor with all offers. If the
Duns number is not known, call (800) 333-0505. You will immediately be
provided the number at no charge. Wage Determination No: 94-2331 REV
(11) applies to this solicitation. The Statement of Work, Bid Schedule,
Wage Determination, and Representations and Certifications of Offerors
are posted on the Nellis AFB Contracting Home Page at
http://nellis.af.mil/units/99cons. To find this solicitation look under
business opportunities for service contracts. If you are unable to
access the web-site fax (702-652-5405) or call (702-652-6865) and they
will be provided to you. Posted 09/18/98 (W-SN251582). (0261) Loren Data Corp. http://www.ld.com (SYN# 0040 19980922\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|