Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

J -- Steris Sterilizer Synopsis - Statement of Work - Bid Schedule - Wage Determination

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F4019338A001-V2
 
Archive Date
6/30/2010
 
Point of Contact
Jarreau A. Vieira, Phone: 8508843268, David P. Jesmain, Phone: 850-884-3262
 
E-Mail Address
jarreau.vieira@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(jarreau.vieira@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination Bid Schedule Statement of Work Steris Sterilizer Synopsis This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number F2F4019338A001-V 2 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-41, Effective 13 May 2010. This acquisition is UNRESTRICTED FULL AND OPEN to all business concerns. The North American Industry Classification System (NAICS) code for this project is 811219, and Standard Industrial Classification (SIC) code 7699. The Size Standard for NAICS 811219 is $7M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, (QTY 4 each) Quarterly Preventative Maintenance/Inspection; Provide services in accordance with the associated Statement of Work paragraph 1.4 Preventative Maintenance through paragraph 1.1.4 maintenance for all items listed in section 1.1.2.1 of Statement of Work for all four pieces of equipment. See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0002, Emergency Service Calls; charge to provide onsite repairs. Provide services in accordance with the associated Statement of Work Paragraph 1.2.1 Equipment Repair/On Call- "Provide on-site repairs within 24 hours." See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0003, Service Labor Hours for Repairs; Provide Services in accordance with the associated Statement of Work Paragraph 1.2. Equipment Repair. Requirement for services performed on-site at Hurlburt Field for services associated with preventative maintenance of equipment list in 1.1.2.1 of Statement of Work. See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0004, Travel Costs; (QTY 4 each) Travel Cost in accordance with the Joint Travel Regulation for each quarterly maintenance. Contract Line Item (CLIN) 0005, Reimbursable Parts; Provide Services of replacement parts associated Statement of Work Paragraph 1.3.1 Replacement Equipment and 1.3.2 Equipment Ordering Procedures. Maintenance repair for all items listed in section 1.1.2.1 of Statement of Work. See attached Statement of Work for description of the requirement. Delivery Terms are FOB Destination for delivery to 1 SOMDSS/SGSME Medical Building, Hurlburt Field 32544-5267. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Jarreau A. Vieira, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 15 June 2010 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F4019338A001-V 2. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offeror will comply with DFARS 252.232-7003 Electronic Submission of Payment Requests applies to this contract. USE OF WAWF IS MANDATORY - Requests for payment shall be processed electronically via the Wide Area Work Flow (WAWF) system. There are no charges or fees to use WAWF. If you are not currently registered with WAWF, contact the WAWF Help Desk at 1-866-618-5988 or 1-801-605-7095. Web Based Training is located at http://www.wawftraining.com/ and a live training database is located at https://wawftraining.eb.mil/. For specific questions, contact your administrator listed on the front of this contract. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at 1-800-390-5620 or faxed to 1-866-392-7091. You must have your contract number and invoice number ready when inquiring about payment status. Payment information can also be accessed at the DFAS web site: http://www.dfas.mil. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers: (i) technical capability of the item(s)/service offered to meet the Government requirement as stated in the attached Statement of Work. and (ii) Price. Technical capability is approximately equal to price. Technical capability is defined as possessing at least 12 months experience installing similar type equipment and proof the offeror possesses required state and or federal qualifications to be able to perform work requested in this requirement such as ability to provide both the tools and availability of qualified maintenance personnel required to satisfy the tentative schedule in accordance with the Statement of Work. The Government will make an award to the responsible offeror whose is technically acceptable and lowest price. The total offer price will be calculated via the totals for CLINS 0001 through CLIN 0005 via the attached bid schedule. The offeror shall submit with their offer a completed bid schedule and certification documentation for technicians forecasted to work on this requirement. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2010) (Deviation) also supply to this Request for Proposal FAR 52.212-3, Offeror Representations and Certifications (Aug 2009) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Point of contact is Jarreau A. Vieira, Contract Specialist, Phone (850) 884-3268, email: Jarreau.vieira@hurlburt.af.mil; David P. Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: a. Contract Bid Schedule b. Statement of Work c. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F4019338A001-V2/listing.html)
 
Place of Performance
Address: Delivery Terms are FOB Destination for delivery to 1 SOMDSS/SGSME Medical Building, Hurlburt Field 32544-5267, Hurlbert Field AFB, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02168762-W 20100606/100604234822-08cf3c572a769f073a0271c0d9f44bdb (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.