Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

J -- Maintenance of Ultrasound Equipment

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
F48608-02-Q0025
 
Point of Contact
Danielle Knipper, Contract Administrator, Phone 307-773-4740, Fax 307-773-4161, - Melba Rabon, Supervisory Contract Analyst, Phone DSN 481-4752, Fax DSN 481-3964,
 
E-Mail Address
danielle.knipper@warren.af.mil, melba.rabon@warren.af.mil
 
Description
Solicitation/Synopsis: This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation F48608-02-Q0025, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-08. The Northern American Industrial Classification System Code (NAICS) 811310, and a business standard size of $3.5M. The proposed contract listed is Set Aside: for a sole source contractor. NON-PERSONAL SERVICES: The contractor shall provide all labor, personnel, tools, materials, and transportation on an annual basis, necessary to service and maintain to the manufacturer?s field modifications the following: The General Electric Medical Logiq 700 Ultrasound ID #4662; The General Electric Medical Logiq 200 Ultrasound; The General Electric Medical Advantx Rad/Floruo X-Ray, and The Ultrasound Unit. All units will be serviced beginning 01 Oct 02 through 30 Sep 03. Service for all will be performed at 90 Med Group, Bldg 160, FE Warren AFB, WY 82005. Only equipment in good serviceable condition is to be covered by this contract. Equipment is considered to be in good serviceable condition if it?s performing at intended functions and there are no missing or broken parts. Equipment shall not be rejected on the basis that it needs cleaning, minor repairs or adjustments. Work performed shall consist of 2 preventive maintenance and calibration inspections in Mar/Sep, plus all service call required prior to and subsequent to regular preventive maintenance inspections during the term of the contract. Work shall include, but not be limited to cleaning, oiling, adjusting, replacing parts where needed, and maintaining the machine in good working order. Service calls will include all intervening repair calls necessary between regular inspections at no additional cost to the Government. Each service report will have attached a preventative maintenance and/or calibration results indicating test results to include all readings and measurements obtained from each test. When services are performed, the service reports and calibrations will be given to the Biomedical Equipment Repair Department. There shall be no additional charge for replacement parts. Only new standard parts shall be used in effecting repairs. Parts that have been replaced will become property of the Government. All maintenance labor will have a 30-calendar day warranty and replacement parts will have a 30-day warranty. The contractor, during the Government?s normal business hours shall furnish such service within 24 hours after the receipt of the call by the Contracting Officer Representative. Emergency repair will be available during normal duty hours from 7:30 A.M. through 4:30 P.M. Monday through Friday, except holidays, at no extra charge to the Government. **NOTE: Contractor must be a GE Certified Representative to submit quote. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition in accordance with the specifications. The provisions at 52.212-2, Evaluation-Commercial Items, applies to this acquisition with the blanks filled in as follows: Summary of Service Proposed: Request for Quotation will be evaluated for price and compatibility with specifications. Quotes shall include pricing information to include material unit price and extended total as well as the completed provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items , applies to this acquisition. No addenda apply. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (b) 11-15, 24 and (c) 1-2. The following clauses are also applicable to this acquisition: 52.-219-6, Notice of Total Small Business Set-Aside, and DFARS 252.212-7001, Buy American act and Balance of Program (41 U.S.C. 10, E.O. 10502)(Over $10,000); 252.225-7036, Buy American Act-North American Free Trade Agreement-Balance or Payment Program (Over $50,000), and 252.204-7004, Required Central Contractor Registration. Quotes will be received at 90 CONS/LGCB, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860 until 4:00 P.M. local time on 20 Sep 02. Danielle Knipper or Ms. Melba Rabon may be contacted at (307) 773-4740 or (307) 773-4752, respectively, for information
 
Place of Performance
Address: 90 MDSS, FE Warren AFB
Zip Code: 82005
Country: USA
 
Record
SN00170216-W 20020920/020918213548 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.