Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOLICITATION NOTICE

J -- Maintenance Service and Repairs on the Plan Med Mammography X-Ray System

Notice Date
4/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010TM001
 
Response Due
4/14/2010
 
Archive Date
6/13/2010
 
Point of Contact
Richard J. Meadows, 2539683962
 
E-Mail Address
Western Regional Contracting Office
(richard.meadows@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 solicitation of Purchase Request # W91YU0-10-T-M001 is issued as a request for quotations (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 and DCN 20100324. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450. The Size Standard for small business is 100 employees. This RFQ is being issued as Unrestricted. These services are for RW Bliss Army Health Center, Ft. Huachuca, AZ. 85613 for a Base Year from 1 May 2010 through 30 April 2011 and Four (4) one-year option periods. Selection will be made based on the following: All responsible Contractors shall provide an offer for annual maintenance services and repairs on the PlanMed Mammography X-Ray System for RW Bliss Army Health Center, Ft. Huachuca, AZ. 85613. All responsible Contractors shall provide replacement parts/components of the original equipment manufacturer. All responsible Contractors shall provide warranties on their products. All responsible Contractors shall provide 100% compatible parts. Line Item 0001: Maintenance services and repairs for the PlanMed Mammography X-Ray System to be invoiced annually. Line Item 0002: Contractor Manpower Report, https://cmra.army.mil. Refer to website for complete instructions. Delivery shall be FOB Destination to RW Bliss Army Health Center, Ft. Huachuca, AZ, Pricing quoted shall include all applicable fees. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to Offerors Commercial Items] applies to this acquisition to include the following addenda: All quoters are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to award; (2) 52.212-2 [EvaluationCommercial Items] Evaluation process: All quotations will be evaluated on a best value basis with the following criteria: Technical Capability and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their quotations. If Vendor already has information on ORCA website, please indicate that in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.217-9 Option to Extend the Term of the Contract; 252.212-7000, Offeror Representations and CertificationsCommercial Items. The Government may extend the term of this contract by written notice to the Contractor within 15 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 Days before the contract expires. 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 5 Years. (d) The Government reserves the right to decrease/increase quantities/procedures that may occur to meet unforeseen mission requirements. The Deviation to FAR 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items] also applies; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Mar 2009) (Deviation); 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 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 of 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; 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50 Combating Trafficking in Persons, 52.222-54, Employment Eligibility Verification and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items] applies to this acquisition and the following sub DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program; 52.203-3, Gratuities; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 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; 9(8) 252.212-7010 [Levies on Contract Payments]. The closing date and time of this combined synopsis/solicitation is 14 April 2010, 12:00 p.m. PDT. Price quotations shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Performance: R.W. Bliss Army Health Center Bldg 45001 Fort Huachuca, AZ. 85613 United States Point of contact for this combined synopsis/solicitation: Richard J. Meadows, email: Richard.meadows@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010TM001/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02111188-W 20100404/100402234930-bc9f4d3a63834f0f21ee8cde19e12df9 (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.