Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

J -- Full Service Maintenance & Repair contract (non-personal services) for Electrophoresis System for William Beaumont Army Medical Center, El Paso, Texas 79920.

Notice Date
12/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU011T0018
 
Response Due
12/17/2010
 
Archive Date
2/15/2011
 
Point of Contact
Marisela Galarza, 915-569-1575
 
E-Mail Address
Western Regional Contracting Office
(marisela.galarza@us.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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for a full service on-site maintenance contract. Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform all scheduled and unscheduled maintenance for: Base Performance Period of 01 January 2011 through 31 December 2011 (to include 4 option periods ending 31 December 2015); LINE ITEM 0001 (12 Months) - Request for Quotes- Contractor provide Full service maintenance & repair contract (non-personal services) for Electrophoresis System, Serial Number: 1278, Model: 1278, Manufacture: Sebia, In Accordance with the attached Performance Work Statement. Base period of performance: 01 JANUARY 2011 THROUGH 31 DECEMBER 2011. Include pricing for all option periods. LINE ITEM 0002 (1 Each) Contracting Manpower Reporting: Report is due NLT 31 October 2011 for the period of 01 January 2011 through 30 September 2011. For Further information regarding this requirement to include number and dates by which each report is required, see paragraph titled Contractor Manpower Report (attached). Contractor shall provide only technically qualified technicians who are formally trained on the equipment. Contractor shall provide one (1) preventive maintenance (PM), and one (1) annual calibration verification check (CVC); and shall perform the CVC in conjunction with the preventive maintenance services. Services during the time frame will include one (1) electrical safety current leakage test to determine the amount of electrical current electrical leakage to the case of the unit. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Standard Industrial Classification (SIC) $7M. Federal Supply Class/Service (FSC/SVC) J065. This acquisition is Unrestricted. These Services are for William Beaumont Army Medical Center, Medical Maintenance Branch, 5005 N. Piedras, El Paso, TX 79920-5001. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum: (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-43 Fair Labor Standards Act and Service Contract Act- Price Adjustment, 52.222-50 Combating Trafficking in Persons; 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain equipment- Requirements; 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-3 Continuity Of Services; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 17 December 2010, 12:00pm Mountain Standard Time. Submit offers via fax to (915) 569-1575 or email to Marisela.galarza@us.army.mil (Preferred) The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum, the following changes apply: (m) FAR 52.212-3 Complete and submit offeror Representations and Certificates with the proposal or submit electronically in ORCA. https://orca.bpn.gov/. (n) Return completed Company Quote to include all pricing on all line items. Solicitation can be in PDF or Word format. The proposal can be emailed (preferred) to Marisela.Galarza@us.army.mil or Faxed to 915-569-4736. (o) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of Addendum 52.212-1). 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.204-7008 Export Controlled Items; 252.212-7000 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1 - TECHNICAL ACCEPTABILITY (Services must be performed by a manufacturer's authorized repair technician at Government's facility where the equipment is utilized using only Original Equipment Manufacturer (OEM) replacement parts & components). To be technically acceptable provide technically qualified technicians available for performing services (i.e. resumes, certificates and/or any other documentation). Only those quotes considered technically acceptable will be further evaluated for price. FACTOR 2 - PRICE Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on services requested. Award will be on an all or none basis; the offeror shall submit prices on all CLINs. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision 52.212-2). 52.212-2 Addendum, includes the following to paragraph (a): The Government will evaluate each quote strictly in accordance with its contents. A quote that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such quotes may be determined unacceptable. Award will be made to the lowest-price, technically-acceptable offeror. Award will be made to the offeror that presents the quote that possesses all of the following characteristics: (1) meets the acceptability standards, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror, and (5) has the lowest price of those offerors meeting the first four characteristics listed here. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial offer shall contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. TECHNICAL EVALUATION STANDARDS: (1) Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. (2) Unacceptable - A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without a major rewrite or revision of the proposal. (End of 52.212-2 Addendum); 52.212-3 Offeror Representations and Certifications-Commercial Items Alt I. (Offerors must complete FAR 52.212-3 Offerors Representations and Certifications - Commercial items or do so on-line at http://orca.bpn.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU011T0018/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office (WBAMC Cell) ATTN: William Beaumont Army Medical Center, 5005 N. Piedras St El Paso TX
Zip Code: 79920-5001
 
Record
SN02338444-W 20101205/101203234243-13ffc98049cc45ba18cdd1bc06c8741e (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.