Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6, 2001 PSA #2972
SOLICITATIONS

J -- ON-SITE PREVENTIVE MAINTENANCE, CALIBRATIONS, UPGRADES, AND EMERGENCY REPAIRS OF BECKMAN COULTER MEDICAL EQUIPMENT LOCATED IN FT. WAINWRIGHT, FAIRBANKS, ALASKA

Notice Date
November 2, 2001
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W, 9902 Lincoln Street, Tacoma, WA 98431-1110
ZIP Code
98431-1110
Solicitation Number
DADA13-02-T-0006
Response Due
November 13, 2001
Point of Contact
Susan Hobson, 907-353-5446, FAX 907-353-4842
E-Mail Address
Western Regional Contracting Office (susan.hobson@nw.amedd.army.mil)
Description
This synopsis/solicitation is issued as a Request for Proposals (RFP), Solicitation Number DADA13-02-T-0006, using Simplified Acquisition Procedures (SAP) authorized in Subpart 13.5 Test Program for Certain Commercial Items. A subsequent solicitation docu ment will not be issued. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 97-27. The NAICS is 811219 with a Size Standard of $5,000,000. Resultant contract will commence around 15 November 2001. Offerors are to base their price per item with a total per base year and each subsequent option year, to include travel to site. USA MEDDAC-AK, Ft. Wainwright, Fairbanks, Alaska, requires a service contract for a base year (CLIN 0001) an d two option years (CLIN 0002 and CLIN 0003, respectively) for on-site preventive maintenance, calibrations, upgrades, and emergency repairs to the following Beckman Coulter equipment: AC*T 10 (CLIN 0001AA, 0002AA, 0003AA), AC*T DIFF 2 (CLIN 0001AB, 0002AB , 0003AB), ACL 6000 (CLIN 0001AC, 0002AC, 0003AC) and MaxM (CLIN 0001AD, 0002AD, 0003AD). Award of one firm-fixed price contract for the four items combined is anticipated. STATEMENT OF WORK may be obtained via email at the following address: susan.hobson@ nw.amedd.army.mil and is hereby incorporated into and made a part of this solicitation and any resulting contract. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerci al Items. Within this clause the following clauses apply: 52.222-3 Convict Labor; 52.233-3 Protest after Award; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-15 European Community Sanctions-End Products; 52.232-33 Payment by Electronic Funds Tran sfer Central Contractor Registration; 52.239-1, Privacy or Security Safeguards. Also included are FAR 52.237-1 Site Visit and 52.237-2 Protection of Government Bldgs., etc. The following Defense Far Supplement (DFARS) provisions and clauses apply to thi s solicitation and are incorporated by reference: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFARS 252.204-7004 Required CCR Registration and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statut es or Executive Orders Applicable to Defense Acquisitions of Commercial items. Within this clause, the following clauses apply: 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. Other clauses pertinent to this solicitation are 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-48 Exemption from Application of Service Contract Act ; 52.232-18, Availability of Funds; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses. Copies of any of the referenced FAR and DFAR clauses and provisions may be found at http://farsite.hill.af.mil/. Basis of award will be based on technical capability, past performance and price. To this end, submit: (1) Technical capabilities: Furnish cer tifications and/or verification that reflects your firm s ability to perform the work for each piece of equipment; (2) Past Performance: Furnish points of contact and phone numbers of three references with whom past performance can be established; and (3) total quoted price per year, with a breakout per item per year. Also include your firm s prompt payment terms and completed copies of the applicable paragraphs of FAR 52.212-3, DFARS 252.212-7000 and FAR 52.222-48. Potential contractors shall provide proposal on company letterhead via fax to 907-353-4842, email to susan.hobson@nw.amedd.army.mil or hand-delivered to Bassett Army Community Hospital, Bldg. 4066, R oom 131, Spruce Street, Ft. Wainwright, AK no later than 13 November 2001 by 12 Noon Alaska Time. All responsible sources may submit a quotation for evaluation.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011106/JSOL006.HTM (D-306 SN512261)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on November 2, 2001 by Loren Data Corp. -- info@ld.com