Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

J -- Repair GE C-Arm X-Ray Machine

Notice Date
3/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-F1Q3MT6037A100
 
Response Due
3/8/2006
 
Archive Date
3/23/2006
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of trouble-shooting / repair services for the Port Mortuary?s X-Ray machine. This is a combined synopsis / solicitation for commercial products / services prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is F1Q3MT6037A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-07 and Defense Acquisition Circular 91-13. This solicitation is not set-aside, and is left open to full market participation. The North American Industry Classification System Code (NAICS) is 811219. The contractor shall provide the following: trouble-shooting and repair of the Port Mortuary?s General Electric C-Arm model #7700 (serial # 79-C1721) X-Ray machine. Current indications are that the unit will not initalize during power-up and the display cycles on and off. Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror?s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror?s; therefore, each offeror?s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Dover AFB, DE. The required service date is: 10 days ADC. Offerors must provide warranty information specific to all equipment. Contractor shall provide all materials, labor, and transportation necessary to provide this service. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (Feb 1998) and FAR 52.252-2 (Feb 1998), the following provisions and clauses are incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006). Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals are encouraged. If past performance is an evaluation factor, offerors must provide, along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, name of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. This information must include at a minimum three contracts placed over the past three years. The government may conduct pre-award surveys to determine offerors? technical and financial abilities to perform. Past performance information should be submitted by: N/A to this acquisition; 52.212-3 Offeror Representations and Certifications--Commercial Items (MAR 2005). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005); it is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb 2006); 52.222-3 -- Convict Labor (Jun 2003) 52.232-33 ? Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.222-19 ? Child Labor?Cooperation with Authorities and Remedies (Jan 2006) 52.222-41 -- Service Contract Act of 1965, as Amended (Jul 2005)52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989). On-line registration with the CCR is available at (www.bpn.gov). Confirmation of CCR registration must be obtained before award can be made. 52.225-13 ?Restrictions on Certain Foreign Purchases (Feb 2006) 252.211-7003 Item Identification and Valuation (Jun 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 2006) DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Jun 2005). Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004). 5352.223-9001 -- Health and Safety on Government Installations (Jun 1997) 5352.242-9000 -- Contractor access to Air Force installations (Jun 2002) Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No. F1Q3MT6037A100 . The POC for this acquisition is Brett Clark (302) 677-5234; Fax (302) 677-5217, E-Mail: Brett.Clark@Dover.af.mil Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: Brett C. Clark, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by 08 Mar 2006, 12:00pm EST.
 
Place of Performance
Address: Port Mortuary, Dover AFB, DE
Zip Code: 19902
Country: USA
 
Record
SN00999667-W 20060305/060303213847 (fbodaily.com)
 
Source
FedBizOpps 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.