Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOLICITATION NOTICE

49 -- On site or off site full service Maintenance Repair for Dental Handpieces.

Notice Date
10/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0046
 
Response Due
11/3/2010
 
Archive Date
12/3/2010
 
Point of Contact
Joyce Claridy 619 532 8117 Joyce M. Claridy - Contract Specialist
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition 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 solicitation number, N00259-11-T-0046 is issued as a request for quotations (RFQ). The NAICS code is 334510 and Small business Standard is 500. This is a 100 % small Business Set-aside.. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions maybe accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The NAICS code: 334510. Naval Medical Center San Diego, requests responses from qualified source capable of providing the following requirement: CLIN 0001: Dental Hand pieces Service Maintenance qty 11 Unit of issue months unit price$__________________. Period of Performance: November 5, 2010 thru September 30, 2011. STATEMENT OF WORK AS FOLLOWS: STATEMENT OF WORK: NO LOANER OPTION - MEDICAL EQUIPMENT SERVICE MAINTENANCE STATEMENT OF WORK. SEE ATTACHED STATEMENT OF WORK. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008); 52.212- Instruction to Offerors “ Commercial Item ( June 2008) 52.212-2 Evaluation- Commercial Items ( Jan 1999) 52.212-3 Offerors- Representations and Certification- Commercial Item ( AUG 2009) 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 Representation ( MAY 2004) 52.222-3 Convict Labor ( JUN 2007) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies ( JUL 2010) 52.222-21 Prohibition of Segregated Facilities ( FEB 1999) 52.222-26 Equal Opportunity ( MAR 2007) 52.222-35 Affirmative Action for Disable Veteran and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative for Workers with Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases ( JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ( OCT 2003). 52.232-36 Payment by Third Party ( FEB 2010) 52.233-3 Protest after Award ( AUG 1996) 52,252-1 Solicitation Provision 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 Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items ( JUN 2010) 252.225-7001 Buy American Act and Balance of Payment Program ( JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 52.204-10 - Reporting Subcontract Awards Quotations will be evaluated based on the following factors shall 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 produce the required product or provide the required service and lease, specifically addressing that only qualified field Engineers and Technicians who have gone through OEM or comparable third party service schools for the above mentioned equipments will be employed to perform the effort of work. Past performance. Provide three (3) references, addressing that you have provided service / lease agreement contract for the same equipment in the last 3 years. Price. Technical 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. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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. A price evaluation will only be conducted on offerors found to be technically acceptable and possess or have demonstrated qualified experience relevant to the scope of this solicitation. In submitted your quote, include your company ™s complete mailing and remittance addresses, discounts for prompt payment, if any, Commercial and Government Entity ( CAGE) code, Dun and Bradstreet number, and federal tax ID number. The government will only consider firm fixed-price quotations. Offerors, must complete and submit with the quotation FAR provision 52.212-3 Offerors, Representations and Certifications-Commercial Items (MAR 2005). Offerors must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Fax or E-mail your quote to Joyce M. Claridy on or before close of business on November 3, 2010, at 12:00 p.m. Email is the preferred method: Email: joyce.claridy@med.navy.mil: Fax number 619-532-5596.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0046/listing.html)
 
Place of Performance
Address: Department, Building 3231, Ground Floor, Room R-11, 2310 Carven Street
Zip Code: Branch Dential Clinic
 
Record
SN02319049-W 20101031/101029233645-65ec6c2934a1668c357e58c7b8a21269 (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.