Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

J -- Maintenance Contract for Slide Stainer

Notice Date
2/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010T00037
 
Response Due
3/9/2010
 
Archive Date
5/8/2010
 
Point of Contact
Selma Rivera, 915-563-0885
 
E-Mail Address
Western Regional Contracting Office
(selma.rivera@amedd.army.mil)
 
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 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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for a full service on-site maintenance contract. Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform all scheduled and unscheduled maintenance for a Sakura Slide Stainer (Model Prisma-Aid, Serial Number: 6130); as stated in solicitation W91YU0-10-T-0037. Contractor will provide only technically qualified technicians who are formally trained on the equipment. Contractor shall provide one (1) preventive maintenance (PM), and one (1) annual calibration verification check (CVC); and shall perform the CVC in conjunction with the preventive maintenance services. Services during the time frame will include one (1) electrical safety current leakage test to determine the amount of electrical current electrical leakage to the case of the unit. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Standard Industrial Classification (SIC) J065. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 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: Technical acceptable, price and past performance. To be technically acceptable provide the number of technically qualified technicians available for performing services and indicate the technician qualifications required to perform services under this contract (i.e. resumes, and/or any other documentation) that completely describes the qualification requirements. Technical capability and past performance when combined are significantly more important than price. 52.212-3 Offerors Representations and Certifications-Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items. 52.203-3 Gratuities; 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), including 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-43 Fair Labor Standards Act and Service contract Act; 52.222-50 Combat Trafficking in Persons, 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right to know Information; 52.225-13 Restriction on Certain Foreign Purchases; 52.228-5 Insurance Work On A Government Installation; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36 Payment by Third Party; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-3 Continuity Of Services; 52.237-7 Indemnification and Medical Liability Insurance; 52.243-13 Bankruptcy; 52.242-15 Stop- Work Order; 52.242-17 Government Delay Of Work; 52.245-1 Government Property; 52.245-9 Use and Charges; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-54 Employment Eligibility Verification; 52.222-48 Exempt from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. 52.252-2 Clauses Incorporated by Reference. The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.227-7015 Technical Data--Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea; 252.237-9999 Continuation of Essential Contractor Services. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 09 March 2010, 4:00 Mountain Standard Time. Submit offers via fax to (915) 569-4736 or email to Selma.rivera@us.army.mil Place of performance: William Beaumont Army Medical Center, Medical Maintenance Branch 5005 N. Piedras, El Paso, TX 79920-5001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T00037/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: William Beaumont Army Medical Center, 5005 N. Piedras El Paso TX
Zip Code: 79920-5001
 
Record
SN02074148-W 20100226/100224235459-d1130db90ebea74bafa3333c38031766 (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.