Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

65 -- STERIS MX

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue Bldg 8500, Room 150, Vandenberg AFB, CA, 93437-5212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4D4A17220A005_STERIS
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Description
The 30th Contracting Squadron, Vandenberg AFB, CA intends to award a sole source firm-fixed priced service contract to Steris Corp. This acquisition has one CLIN to provide the following IAW the attached Statements of Work: CLIN 0001: Contractor to furnish all labor, tools, parts, materials, facilities, transportation, and supervision necessary to provide Preventative Maintenance for STERIS Equipment at the 30 MDG. This combined synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The proposed contract is for services for which the Government intends to solicit and negotiate with only one source under the Authority of FAR 13.106(b). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within 7 days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement This acquisition is subject to availability of funds. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 and DFARS Change Notice 20070327. The period of performance will include a base year from 1 October 2007 to 30 September 2008 and 4 one-year option periods, extending through 30 September 2012; exercised at the unilateral right of the Government. FOB: Destination for Delivery to Vandenberg AFB, CA 93437. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors ? Commercial items. The provision at FAR 52.212-2, Evaluation-Commercial Items: Quotes will be evaluated on technical capability, past performance and best value factors. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms & Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 52.204-9 Personal Identity Verification of Contractor Personnel, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment reports on Special Disabled Veterans, Veterans from the Vietnam Era and other Eligible Veterans, 52.232-18 Availability of Funds, 52.232-33 Payment by electronic Funds Transfer ? Central Contractor Registration, DFARS 225-7001 Buy American Act and Balance of payment program, 252.212-7001 (dev) Contract Terms and conditions required to implement statutes or executive orders, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.233-3 Protest After Award, DFARS 252.243-7002 Request for Equitable Adjustment, AFFARS 5352.242-9000 Contractor Access to Air Force Installations. The government reserves the right to award on a multiple award or an all or none basis. All quotes must be sent to Maygan Rhodes: Maygan.Rhodes@Vandenberg.AF.MIL, or faxed to 805-606-5867. Quotes are due NLT 12:00 PM Pacific Time, Monday, September 24 2007. Please email (preferred) or call Contracting Specialist Maygan Rhodes at 805-605-3933 or Contracting Officer Hayes Weidman at 805-605-0488 (Hayes.Weidman@Vandenberg.AF.MIL) if there are any questions regarding this solicitation. STATEMENT OF WORK DIGITAL INTEGRATED NETWORK-PACs The following equipment is covered in this Statement of Work: Basix Server Web Server RIS Gateway DS3000 2-3MP Barco Coronis QC 3000 DRYSTAR 5300 QS SERVER QS CLIENT CR75 DIGITIZER Maintenance will be performed on an as need basis, during normal working days (Monday ? Friday) and normal working hours (7:30am ? 4:30pm) excluding holidays. Work performed shall include routine instrument maintenance, such as lubricating, adjusting, calibrating and testing of each unit of the system to ensure proper operation. The contractor shall respond to service requests within a reasonable time, and shall be on site for service within a reasonable time after notification Monday ? Friday (7:30am ? 4:30pm), except legal holidays where they shall service the system(s) the next workday. In no case shall the contractor allow the equipment to remain unserviceable for more than an unreasonable amount of working days, unless otherwise authorized. The Service Technician is required to report to the Biomedical Equipment Repair (BMER) section (RM 1-410) prior to and after servicing the equipment. If no one is available in that section the Service Technician may have someone from the Medical Logistics to sign the service report. The Service Technician will leave the signed service report with the BMER or, if unavailable, in medical logistics (Located next to RM 1-410). Repairs/Maintenance is to be performed at Vandenberg Air Force Base, California. The instrument(s) are currently located in the 30th Medical Group Clinic, Bldg 13850, 338 South Dakota Ave., Vandenberg AFB, CA. The Government will notify the contractor, in writing, of any changes in location. If it becomes necessary for the contractor to take an instrument(s) and/or part(s) to their premises for repair, the contractor will bear all transportation cost associated with the repairs of the instrument(s) and/or part(s). In the event that an instrument(s) or part(s) is returned to the contractor for repair, the contractor will provide an instrument and/or part of similar capabilities on loan to the Government for the duration of the repair time at no additional cost. It is the responsibility of the Government to ensure the loaner instrument(s) and/or part(s) are not subjected to abnormal use or damage while in its possession. If loaner instrument(s) and/or part(s) are damaged the Government will assume responsibility for the loaner instrument(s) and/or part(s) repair or replacement. It is the contractor?s responsibility to recover their loaner instrument(s) and/or part(s) from the Government upon the return of the repaired item(s). The contractor shall schedule routine maintenance visits with the BMER section by telephone (1-805-606-9348) prior to commencing with any service visit. Contractor representatives will report to the BMER section prior to and upon completion of any services. The contractor shall provide the BMER section with a copy of each service report to include, at a minimum, problems found, parts replaced, labor expended and final test/calibration results before leaving the Clinic. The activity will be required to sign off on the contractor?s service report after each inspection. The contractor shall provide the BMER section with a copy of each service report. The contractor should send a copy of the signed report to the contracting officer at the same time the invoice is submitted. POINTS OF CONTACT / AUTHORIZED CALLERS The following persons are authorized to call the Service Technician to perform any repairs contained within this Statement of Work: TSgt Kevin Hutcherson, BMER ? 1-805-606-9348 (Contract Monitor) SSgt Ernie Limjoco, BMER ? 1-805-606-9348 (Contract Monitor) MSgt John Cousins, Radiology ? 1-805-606-8938 (Equip Custodian) 1Lt Tiffany Cole, Medical Logistics ? 1-805-606-8917 (OIC, MedLog) BILLING AND PAYMENT The contractor is to bill quarterly in arrears. Payment will be made through WAWF
 
Place of Performance
Address: VAFB, CA
Zip Code: 93437
Country: UNITED STATES
 
Record
SN01409476-W 20070919/070917221007 (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.