Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

J -- MAINTENANCE OF CUTERA XEO C - VANTAGE SURGICAL SURGICAL LASER W/PEARL

Notice Date
12/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-09-T-0044
 
Response Due
12/26/2008
 
Archive Date
2/24/2009
 
Point of Contact
sandra.z.bulls, 910.907.6954<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on the SF 1449 for commercial items. Quotations are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-09-T-0044 and is a request for quotation (RFQ). The RFQ will be for a base year and one Option Year: One quote for the base year and one, (1 year Option) broken down by line items one and two. The Standard Industrial Classification Code is and the NAICS code of 811219. The North Atlantic Regional Contracting office, Womack Army Medical Center, Fort Bragg, NC intends to solicit, negotiate, and award a contract based on unrestricted competition. Provide Company's Dun and Bradstreet number (DUNS); cage code; tax ID number; and a Published Price list by item number for evaluation purposes. Responses are to be emailed to Sandra Bulls at sandra.bulls@amedd.army.mil no later than 4:00 p.m. EST, 26 December 2008. 1. Base year: 1 Jan 2009 31 Dec 2009 CLIN 0001 - Platinum Coverage Maintenance Service Qty: 4 Unit: Quarter Unit Price $__________Extended Amount $____________ Time 2. CLIN 0002 - Contractor Annual Manpower Report Qty: 1 Unit: Ea Unit Price $__________Extended Amount $____________ 3. First Option Year: 1 Jan 2010 - 31 Dec 2010 CLIN 1001 - Platinum Coverage Maintenance Service Qty: 4 Unit: Quarter Unit Price $__________Extended Amount $____________ Time 4. CLIN 1002 - Contractor Annual Manpower Report Qty: 1 Unit: Ea Unit Price $__________Extended Amount $____________ Maintenance shall be performed in accordance with the following SOW: STATEMENT OF WORK (CUTERA, INC.) 1. Description of Services: Vendor shall provide service under the Customer Service Agreement for the Laser ND:YAG Surgical System; ECN# 016744 SN# XN13571 and its components located in the Dental Clinic, Womack Army Medical Center in accordance with this Statement of Work, the attached manufactures quote and Preventive Maintenance Check List for the period of 15 December 2008 to 14 December 2009, with one Option Year from 15 Dec 09 thru 14 Dec 10. 2. Maintenance and Repair Services: A. All services will be performed in accordance with the Platinum Coverage option, the manufacturers literature and recommendations, by a technically qualified person. B. The Platinum Coverage option: Full comprehensive coverage with the exception of existing parts exclusions. -Includes all console & Nd:YAG parts, labor, travel and onsite costs on a non-limited basis. Comprehensive system inspection performed during service call. Flash Hand Pieces covered under agreement. *Consumables (including Titan Replacements & Refills) not covered under agreement. -Includes standard coverage plus TWO preventative maintenance visits upon the customers request. *Consumables (including Titan Replacements & Refills) not covered under agreement. C. Preventive maintenance service will be performed semi-annually during the months of April and October in accordance with the customers requirements and the vendors service agreement. D. Emergency Telephone Consultation will be provided 24hours per day, seven days a week at no additional charge. 3. General Information: A. Contract hours for services and repairs will be between 8:00am and 5:00pm local time, Monday through Friday, excluding federal holidays. B. CUTERA personnel will be provided with free and safe access to the equipment and be provided assistance by the customer in any reasonable manner. C. The contractors field service engineer will physically sign in and out at the Equipment Management Branch Customer service desk upon arrival and departure, during the normal duty hours 7:30am 4:30pm, Monday through Friday, excluding the following federal holidays. New Years DayJanuary 1st Martin Luther Kings Birthday3rd Monday in January Presidents Day3rd Monday in February Memorial DayLast Monday in May Independence Day July 4th Labor Day1st Monday in September Columbus Day2nd Monday in October Veterans DayNovember 11th Thanksgiving Day4th Thursday in November Christmas DayDecember 25th D. Prior to signing out the contractor will provide a service report with a detailed description of all services/repairs performed and parts replaced to the Equipment Management Branch contract representative. If the contractor is unable to provide a copy of the service report at the time of repair, a copy must be faxed with 3 working days to (910) 907-9201. ATTN: Contract Representative. All service report will include the following information. 1. Manufacturer, model, serial number of serviced equipment. 2. Detailed description of diagnosis and repairs performed. 3. Manhours expended on the service/repair and hourly labor rate. 4. Repair parts used with part number and price. E. Only the Contracting Officer has the authority to approve changes to the contract that would result in an increase or decrease of the awarded price. F. The government Point of Contact for this Statement of Work is CW3 Jesus C. Tulud, Chief, Equipment Management Branch at (910) 907-6445. G. Payment under the terms of this contract will be made in arrears. ( ) Monthly(X) Quarterly ( ) Semi-annually ( ) Annually H. ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. The contractor shall notify the Contracting Officers Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the contractor will notify the Contracting Officer. The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far. (1)FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items,. (2)FAR 52.222-50 Combating Trafficking in Persons (3)FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. Evaluation Criteria: The following are the evaluation criteria for each factor and any sub-factors under that factor. A. Technical and past performance when combined are more important than price. B. Technical Factor is more important than Past Performance. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Salient Characteristics will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Neutral Risk No relevant past performance Information. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar (4)FAR 52.204-7, Central Contractor Registration (5)FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (6)FAR 52.212-4, Contract Terms and Conditions. (7)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (21), (28),(31), and (36) (8)FAR 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided the Secretary of the Labor. The option provision may also be exercised more than once, but the total extension of performance hereunder shall not exceed six months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (9)FAR 52.217-9, Option to Extend the Terms of the Contract (a)The Government may extend the terms of the contract by written notice to the Contractor within any time prior to the expiration of the Contract to exercise the option; provided the Government gives the contractor a preliminary written notice of its intent to extend at least anytime prior to the expiration of the contract. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. (10)FAR 52.219-28, Post-Award Small Business Program Representation (11)FAR 52.222-21, Prohibition of Segregated Facilities (12)FAR 52.222-26, Equal Employment (13)FAR 52.222-35, Equal Opportunity for Special Disabled Veterans (14)FAR 52.222-36, Affirmative Action for Workers with Disabilities (15)FAR 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. (16)FAR 52.225-3, Buy American Act North American Free Trade Agreement (17)FAR 52.232-18, Availability of Funds (18)FAR 52.247-34, F.O.B Destination (19)FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (20)DFAR 252.225-7000, Buy American Act Balance of Payments Program Certificate (21)DFAR 252.212-7001, Contract Terms (22)DFAR 252.225-7002, Qualifying Country Sources as Subcontractors (23)DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report (24)DFAR 252.204-7004, Required CCR
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0b58547f0ab0d112ce03b8a8eb78679&tab=core&_cview=1)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic Womack Army Medical Center, 2817 Reilly Rd. Fort Bragg NC<br />
Zip Code: 20310-5000<br />
 
Record
SN01718807-W 20081217/081215215031-d0b58547f0ab0d112ce03b8a8eb78679 (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.