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
|
|
|
|