Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

J -- ACL Elite Analyzer Service Agreement - Criminal Background Check Attachments

Notice Date
6/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R4A10035A001
 
Archive Date
6/29/2010
 
Point of Contact
Brian Brammer, Phone: 830-298-4965, Jenifer Lash, Phone: 8302985992
 
E-Mail Address
brian.brammer@laughlin.af.mil, jenifer.lash@laughlin.af.mil
(brian.brammer@laughlin.af.mil, jenifer.lash@laughlin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Criminal Background Check Form Criminal Background Check Information This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F2R4A10035A001 is hereby issued as a Request for Quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. NON PERSONAL SERVICE: Purchase a service agreement to maintain the 47th Medical Group laboratory's ACL Elite analyzer, serial #06080186 located at Laughlin AFB, TX. Service Agreement must include the following: - Service will be performed during regular business hours of 7:30 a.m. - 4:30 p.m. CST, Monday - Friday except federal holidays. - Unlimited Emergency Service -No charges for labor, travel, or expenses during normal working hours. - Unlimited Parts - No charge for replacement parts which become marginal or defective due to normal use during agreement period. - Preventative Maintenance - At least one preventative maintenance (PM) will be performed per year. The PM shall include a complete re-tubing, needle replacement and cleaning of the instrument. - Factory Authorized Product Updates and Modifications - All factory updates/modifications will be installed at no additional charge for improved product performance and reliability. - Technicians must be certified to work on the ACL Elite Analyzer. CLIN 0001: Base Year: 1 Jul 10 - 30 Sep 10 Quantity - 1 Unit of Issue - EA Unit Price tiny_mce_marker____________Total Price tiny_mce_marker______________ CLIN 1001: Option Year 1: 1 Oct 10 - 30 Sep 11 Quantity - 1 Unit of Issue - EA Unit Price tiny_mce_marker____________Total Price tiny_mce_marker______________ CLIN 2001: Option Year 2: 1 Oct 11 - 30 Sep 12 Quantity - 1 Unit of Issue - EA Unit Price tiny_mce_marker____________Total Price tiny_mce_marker______________ CLIN 3001: Option Year 3: 1 Oct 12 - 30 Sep 13 Quantity - 1 Unit of Issue - EA Unit Price tiny_mce_marker____________Total Price tiny_mce_marker______________ CLIN 3001: Option Year 4: 1 Oct 13 - 30 Sep 14 Quantity - 1 Unit of Issue - EA Unit Price tiny_mce_marker____________Total Price tiny_mce_marker______________ This acquisition is solicited as full and open and is under North American Industry Classification System code 811219 with a small business size standard of $7M. Please identify your business size in your response based upon this standard. Award will be made based on lowest price, technically acceptable quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, effective 13 May 2010 and Class Deviation 2005-O0009 and the Defense Federal Acquisition (DFARS) Change Notice 20100519. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Sep 2007); FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), and any addenda to the provision as listed in this notice; FAR 52.212-3, Alt 1, Offeror Representations and Certifications - Commercial Items (Aug 2009); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), and any addenda to the provision as listed in this notice; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Dec 2009) (DEVIATION); FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.223-5, Pollution Preventation and Right to Know Information (Aug 2003); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.232-18, Availability of Funds (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer_Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52-233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.247-34, F.O.B. Destination (Nov 1991); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); DFARS 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009)(DEVIATION); DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993); DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997); AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) The following clauses are incorporated and amended as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984);AFFARS 5352.201-9101, Ombudsman (Aug 2005) (Maria G. Beckett, Chief, Business Operations Branch, AETC/A7KB, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil.) The following clauses will be incorporated into resultant contract in full text as follows: 52.217-8 -- Option to Extend Services. Option to Extend Services (Nov 1999) 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 by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 57 months. (End of Clause) 52.222-51 -- Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements. Exemption From Application Of The Service Contract Act To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--Requirements (Nov 2007) (a) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the Contractor in substantial quantities to the general public in the course of normal business operations. (b) The services shall be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (1) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the Contractor, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (2) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or Contractor. (c) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract shall be the same as that used for these employees and for equivalent employees servicing the same equipment of commercial customers. (d) The Contractor is responsible for compliance with all the conditions of this exemption by its subcontractors. The Contractor shall determine the applicability of this exemption to any subcontract on or before subcontract award. In making a judgment that the exemption applies, the Contractor shall consider all factors and make an affirmative determination that all of the conditions in paragraphs (a) through (c) of this clause will be met. (e) If the Department of Labor determines that any conditions for exemption in paragraphs (a) through (c) of this clause have not been met, the exemption shall be deemed inapplicable, and the contract shall become subject to the Service Contract Act. In such case, the procedures at 29 CFR 4.123(e)(1)(iv) and 29 CFR 4.5(c) will be followed. (f) The Contractor shall include the substance of this clause, including this paragraph (f), in subcontracts for exempt services under this contract. (End of clause) In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Attached is Background Information and Background Release Document. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror but at a minimum must include the above quote schedule, any payment discount terms, CAGE code, DUNS number, Tax ID number and 52.212-3, Alt 1 filled out (or indication that it is complete in ORCA). No telephonic responses will be processed. All responses must be received no later than 3:00 P.M., Central Standard Time on 14 Jun 2010. Please send quotes to SSgt Brian Brammer by email brian.brammer@laughlin.af.mil. If you have any questions please call (830) 298-4965 or send an e-mail to the above address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R4A10035A001/listing.html)
 
Place of Performance
Address: Laughlin AFB, TX, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN02167089-W 20100605/100603234834-457336e9f07088a2836862977a124fbc (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.