Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SOLICITATION NOTICE

J -- Service Maintenance Contract for Fluoroscopy Units

Notice Date
10/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0027
 
Response Due
10/26/2010
 
Archive Date
11/10/2010
 
Point of Contact
Kristeen Ronsairo 619-532-5070
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items with the intent to award on a sole source basis to Mallinckrodt Inc. IAW FAR 13.106-1(b). Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-10-T-0027. Quotations are due on or before October 26, 2010 @ 09:00AM Pacific Standard Time to be considered responsive. Submit quotations electronically to kristeen.ronsairo@med.navy.mil. Submitter should confirm receipt of email submissions. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-47. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap ; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339112; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing: CLIN 0001 Service Maintenance Contract for two (2) Fluoroscopy Units Period of Performance: 1NOV10 “ 30SEP11: Request on site full service maintenance contract to be initiated for the listed government-owned equipment including parts, labor, transportation, and unlimited maintenance calls, conducted IAW the attached Statement of Work. QTY: 11 Unit of Issue: mo, Price: $______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation “ Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-1 Small Business Program Representations (MAY 2004) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest After Award (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) IAW FAR 13.106-1(b), sole source justification is based on Mallinckrodt, Inc. being the only company with thorough understanding of the proprietary components to repair and process their own units. Services completed by a non-manufacturer recommended entity could result in voiding all warranties and may prevent future repairs. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability. Defined as œan assessment of the prospective contractor ™s key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the required services.  Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. Award will be made on an œall or none  basis. The proposed contract is restricted to domestic sources under the authority of FAR 6.302-3. Foreign sources, except Canadian sources, are not eligible for award. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0027/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN02313054-W 20101021/101019233751-93d778f889eb0d4f29343ed9fad04e8d (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.