Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOLICITATION NOTICE

V -- Hospital Moving Contract

Notice Date
8/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1T4AS6198A100
 
Response Due
8/29/2006
 
Archive Date
9/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a Firm-Fixed Price 100% Small Business Set-Aside Contact. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Subpart 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 announcement number is F1T4AS6198A100. This solicitation is issued as a Request for Proposal (RFP). The North American Industry Classification System (NACIS) code for this acquisition is 488991, with the average sales revenue $23,500,000.00. The requirements are as follows: CLIN 1 - 1EACH ? Phase I: Central Sterile Supply Services: Complete on-site receiving and installation of medical equipment. Relocation services for designated departments from old parts of the hospital to new renovated areas of hospital east side 1st through 4th floors. Consolidation, coordination and or physical placement of remaining medical equipment into a common area and/or DRMO deliveries. INSURANCE MUST BE CARRIED FOR MEDICAL EQUIPMENT. AHSI maintains $ 2,000,000.00 umbrella insurance for Public Liability, Workmen's Compensation and Property Damage at no extra charge to the government. Phase I: Central Sterile Supply Services move. Move dates to be determined by MILCON with schedule provided; CLIN 2 ? 1 EACH -- Phase II: South Radiology/All Furniture/Records/Reception/Mammo Ultrasound/Fluoro. Inpatient Records room/(Reactivation of North Records)/26 units exclude shelving. Linen, Chaplain's office, North Radiology. Fourth floor Medical Surgical Unit (18 beds)Storage/Nurses station(2) exclude all flipper door cabinets/waiting room furniture. Off-site chapel, Urology/work stations/offices/exam rooms (10) cheif of Urology. Quality assurance/infection control, Modular #1 Medical Records, Red cross/offices(2) Audiology/ENT/exam rooms/offices. Library office, Quality assurance; CLIN 3 ? 1 EACH ? Surgery clinic/exam rooms (8); CLIN 4 -- 1 EACH - Phase 1V: Orthopedic/cast room/offices/exam rooms (10)/reception/Doctor's offices. Nuclear Medicine/reception; CLIN 5 ? 1EACH - Phase V: Housekeeping/ Medical release/ Physical therapy/offices(3) treatment rooms/reception/ equipment room. Off-site stalactite physical therapy/all equipment storage cabinets. EVALUATIONS will be based on price and past performance with past performance being more important than price. The clauses are those in effect through Federal Acquisition Circular 2005-06. The following clauses are incorporated by reference: 52.204-4, Definitions; 52.203-3, Gratuities; 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (www.bpn.gov or ORCA); 52.212-4, Contract Terms and conditions, Commercial Items; 52.212-5, Contract terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, convict Labor; 52.222-19, Child Labor, cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity For Special Disabled veterans, Veterans do the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-16, Sanctioned European Union Country Services; 52.232-33. Payment by Electronic Funds Transfer; 52.228-5, Insurance, Work on A Government Installation;52.233-3, Protest after Award; 52.233-4, Applicable Law For Breach of Contract Claim; 52.222-41, Service Contract Act of 1965, As Amended; 52.223-11, Ozone-Depleting Substances; 52.247-34, FOB Destination; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable Adjustment; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.246-7000, Material Inspection and Receiving Reports; 5352.242-9000, Contractor access to Air Force Installations. The following provisions and clauses are provided in full text: 52.212-2 Evaluations, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) past performance. Past performance is being requested format least two (2) sources within the past 3 years; (2) price. Past performance is significantly more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either part. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether of not there are negotiations after it?s receipt, unless a written notice of withdrawal is received before award; 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 52.252-2 ? Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (as): http://farsite.hill.af.mil (End Of Clause); 52.252-6, Authorized Deviations In Clauses, (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Clause) For Attachments: Performance Work Statements (PWS), Wage Determination No 1994-3303 Rev 4 dated 5/23/2005, Past Performance Questionnaire Sheet. You may contact SSgt Anderson at 850-882-0360, email: amy.anderson2eglin.af.mil. The proposal is at the discretion of the offeror. Vendors must be registered in central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 12:00PM(Noon), Central Standard Time on 28 August 2006. Send all proposals be mail to Amy Anderson, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862, by facsimile to 850-882-1680 Attn: Amy Anderson or by E-mail to amy.anderson@eglin.af.mil.
 
Place of Performance
Address: 307 Boatner Road, Eglin AFB, FL
Zip Code: 32542-1282
Country: UNITED STATES
 
Record
SN01115380-W 20060817/060815220847 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.