Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

J -- Maintenance and Repair of Hitachi Ultrasound Systems

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YOU-04-T-0017
 
Response Due
6/4/2004
 
Archive Date
8/3/2004
 
Point of Contact
Julia Stringer, 907 353 5446
 
E-Mail Address
Email your questions to Western Regional Contracting Office
(julia.stringer@nw.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announc ement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation document and incorporated provisions, clauses and addenda are those in effect through FAC 2001-23 dtd 5 May 2004 and DFAR Supplement, current to DCN 20040513. (iii) This Request for Quotes (RFQ) number is W91YOU-04-T-0017 and the place of performance is Bassett Army Medical Center, Logistics Division, Fort Wainwright, Alaska. NOTE: Please note service location is diff erent from Contracting Office annotated above. (iv) This solicitation is being advertised as full and open competition. (v) The applicable NAICS is 811219 with a size standard of $6,000,000. (vi) All prospective quoters must be actively registered in th e Central Contractor Registration (CCR). Quoters may register online at https://www.ccr.gov. (vii) This RFQ contains one lump sum unit price for the base period of 15 June 2004 through 14 June 2005 (CLIN 0001) and one lump sum unit price each for four ( 4) annual option periods (CLINS 0002 through 0005). (viii) Performance Work Statement: Services, Non-Personal: The Contractor shall provide all equipment, material, parts, labor, and transportation necessary to perform the following services: (1) Unlim ited telephonic technical support during normal duty hours; (2) Provide all Original Equipment Manufacturer??????s (OEM) repair parts required; (3) Repair all listed transducers when repairs are required due to mechanical, electromechanical, or electrical failure. When repair is deemed to be replacement, OEM equipment shall be provided; and (4) Provide all operating software upgrades as necessary. Government Responsibilities: The Medical Maintenance Branch personnel will make the first response to all re medial service calls on equipment. Additionally, the government is responsible for the following tasks: (1) Provide the first line service to identify and repair equipment malfunction(s) when it is within the Medical Maintenance Branch??????s capability. When it is deemed to be outside of the Branch??????s capability, the Contractor will provide service support as needed; (2) Provide all test equipment and phantoms specified in the manufacturer??????s literature; (3) Medical Maintenance Branch will be re sponsible for all repairs required due to operator negligence and/or abuse; and (4) Repairs to all peripheral devices, such as VCR, printer and camera. The following equipment is to be maintained: Hitachi Diagnostic Ultrasound, Model # EUB-525CFA, Serial Number SE11868711, Transducers (5 Each): C318T, C324T, L33ST, L34T, V33W). For informational purposes only: Camera/Printer: P-90, CP-700 Printers, VCR: Panasonic MD-830. (ix) The government intends to award a purchase order to the responsible, respons ive quoter whose quote will be the most advantageous to the Government based on price, technical capability and past performance. Quoters are required to submit documentation necessary to demonstrate technical capability (i.e., licenses, training certific ates, etc) to meet the requirements of the above performance work statement. (x) The following FAR and DFAR provisions and clauses apply to this acquisition and are available in full text at http://farsite.hill.af.mil/: FAR 52.212-1, Instructions to Off erors ?????? Commercial Items (Jan 2004); FAR 52.212-3, Offeror Representations and Certifications ?????? Commercial Items (May 2004); FAR 52.212-4, Contract Terms and Conditions ?????? Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditio ns Required to Implement Statutes or Executive Orders ?????? Commercial Items (May 2004). Specific clauses cited in FAR 52.212-5(b) are applicable to this acqu isition: FAR 52.222-3, Convict Labor (Apr 2002); FAR 52.222-21, Prohibition on Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-37, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.232-33, Payment by Electronic Funds Transfer ?????? Central Contractor Registration (Oct 2003). Specific clauses cited in FAR 52.212-5(c) are applicable to this acquisition: FAR 52.222-41, Service Contract Act of 1965 (May 1989); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act??????Price Adjustment (May 1989). DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2004). Specific clauses cited in DF AR 252.212-7001(b) is as follows: DFAR 252.232-7003, Electronic Submission of Payment Requests (Jan 2004). (xi) The following addenda are incorporated: FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.217-9, Option to Extend the Term of the Contrac t (Mar 2000) with the blanks completed as follows: paragraphs (a) 5 days; 15 days; and (c) five (5) years; and FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment ?????? Contractor Certification (Aug 1996). Pursuant to FAR 52.222-41 above, US Department of Labor, Alaska Wage Determination No. 1994-2017, Rev 29, dated 15 March 2004 is hereby incorporated in solicitation and is available online at www.wdol.gov. Please contact POC listed below for assistance if necessary. NOTE: If successful quoter completes FAR 52.222-48 certification, then FAR 52.222-41, FAR 52.222-48, and subject Wage Determination will not apply and will be removed from purchase order upon award. Point of contact for this acquisition is Julia Stringer at (907) 353-5446. Submit quotes by date annotated above via email at julia.stringer@nw.amedd.army.mil or via f ax at (907) 353-4842.
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
Country: US
 
Record
SN00592225-W 20040527/040525212412 (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.