Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

J -- ULTRASOUND SEQUOIA SYSTEM MAINTENANCE

Notice Date
5/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N4624681020180A
 
Response Due
5/23/2008 4:00:00 PM
 
Point of Contact
Jan T Harding, Phone: 3016190177, Sandy A Musgrove,, Phone: 301-619-0655
 
E-Mail Address
jan.harding@med.navy.mil, sandy.musgrove@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N4624681020180. Proposals are due not later than 4:00 P.M. EST on May 23, 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. NAICS 334516. Small Business size standard is 500 employees. The Naval Medical Logistics Command intends to negotiate with vendors on an open competition basis to procure maintenance for two Ultrasound Sequoia Systems on the USNS Comfort. Any vendors who feel they can meet the maintenance requirements are encouraged to submit a proposal. Maintance Requirement: The requirement is for maintenance for two Ultrasound Sequoia System for the U.S. Naval Ship Comfort. Maintenance should include total transducer coverage plan with one PM per year. 100% parts and labor, unlimited technical phone support, three transducers, remote access. Maintenance coverage will be Monday through Friday, between 8:00 a.m. to 4:30 pm. The contractor shall respond via telephone within 2 hours after receipt of trouble call, and provide on-site service within 24 hours. Equipment shall be operational within 48 hours. Preventative maintenance visits shall be performed during the month of November 2008. The Ultrasound Sequoia Systems listed in the contract must be maintained to meet the original equipment manufacturer’s specifications and calibration requirements. SN: 64594 SI: 400-170383 SN: 61320 SI: 400-132643 Evaluation Factors for Award: The lowest price technically acceptable offeror for this requirement will represent best vaue to the Government. The government anticipates award of a Firm Fixed Price Contract 1.)Technically acceptable in conformance to maintenance requirements (proposal will have to meet or exceed the acceptability standards for non-cost factors) 2.) Past performance – Point of contrad and phone number shall be provided to verify your company has maintained an Ultrasound Sequoia System successfully in the past. 3.) Price. Any proposal that does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. BUSINESS PROPOSAL INSTRUCTIONS: The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. Business proposals will be evaluated for Completeness and Reasonableness (the degree to which the proposed prices compare to the prices a reasonable, prudent person would expect to incur for the same or similar services and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract for the maintenance. Companies shall submit firm-fixed pricing. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Sufficient information will be required for the Government to determine the proposed price fair and reasonable. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business proposal. ADDITIONAL INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email proposals as a MS Word or Adobe PDF attachment to Jan Harding at Jan.Harding@med.navy.mil. Paper proposals may be mailed to Naval Medical Logistics Command,1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Jan Harding. Email is preferred. Proposals are due not later than 4:00 P.M. EST on 23 May 2008. Any questions must be addressed to Jan Harding, by email only, NLT 1200 on 20 May 2008. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c08246da43f5bba21d5dbad8163cef60&tab=core&_cview=1)
 
Place of Performance
Address: 4209 NEWGATE AVE, CANTON PIER 11, BALTIMORE, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN01575237-W 20080518/080516220759-c08246da43f5bba21d5dbad8163cef60 (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.