Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOLICITATION NOTICE

65 -- This is a Request for Quotation - Combine Synopsis W81K0011T0184

Notice Date
6/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0011T0182
 
Response Due
7/29/2011
 
Archive Date
9/27/2011
 
Point of Contact
Roland Jasso, 210-221-4964
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.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. Solicitation W81k0011T 0184 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This acquisition is unrestricted under NAICS code 811219 and the business size standard is 6.5 Million. Federal Acquisition Regulation (FAR) Clause 52.211-6, Brand Name or Equal applies to this acquisition. The requirements in this solicitation are: Maintenance Services for a base period of one (1) year [1 Oct 11 through 30 Sep 12] and three (3) option years. Base Period: 1 October 2011 through 30 September 2012 CLIN 0001, Base Year, Quantity Unit Price 1 Year _________. INFINITI ECN # 14048, SN #0702792301X BASE _________. ALLERRO ECN #24535, SN # 1073-1-991 BASE _________. WAVEEYE-Q ECN#16020, SN # 1010-3-158 BASE _________. (Availability of Funds for Fiscal Year 12) 1st Option Period: 1 October 2012 through 30 September 2013 CLIN 1001, Quantity Unit Price 1 Year _________. INFINITI ECN # 14048, SN #0702792301X BASE _________. ALLERRO ECN #24535, SN # 1073-1-991 BASE _________. WAVEEYE-Q ECN#16020, SN # 1010-3-158 BASE _________. 2nd Option Period: 1 October 2013 through 30 September 2014 CLIN 2001 Quantity Unit Price 1 Year ________. INFINITI ECN # 14048, SN #0702792301X BASE _________. ALLERRO ECN #24535, SN # 1073-1-991 BASE _________. WAVEEYE-Q ECN#16020, SN # 1010-3-158 BASE _________. 3rd Option Period: 1 October 2014 through 30 September 2015 CLIN 3001 Quantity Unit Price 1 Year _______. INFINITI ECN # 14048, SN #0702792301X BASE _________. ALLERRO ECN #24535, SN # 1073-1-991 BASE _________. WAVEEYE-Q ECN#16020, SN # 1010-3-158 BASE _________. The equipment is located at Darnall Army Medical Center. Fort Hood, Texas. This requirement is for the Carl R. Darnall Army Medical Center, Fort Hood, Texas. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions - Commercial Items] Addendum 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.202-1 [Definitions] 52.203-3 [Gratuities] 52.203-6 [Restrictions on Subcontractor Sales to the Government] 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.204-5 [Women-Owned Business Other Than Small Business] 52.204-10 [Reporting Executive Compensation and First-Tier Subcontract Awards] 52.209-6 [Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-3 [Offeror Representations and Certifications -- Commercial Items} 52.217-8 [Option to Extend Services 52.217-9 [Option to Extend the term of the Contract 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-8 [Utilization of Small Business Concerns] 52.222-3 [Convict Labor] 52.222-19 [Child Labor-Cooperation with Authorities and Remedies] 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity] 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-36 [Affirmative Action for Workers With Disabilities] 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-50 [Combating Trafficking in Persons] 52.222-54 [Employment Eligibility Verification] 52.223-18 [Contractor Policy To Ban Text Messaging While Driving] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-18 [Availability of Funds] 52.232-36 [Payment by Third Party] 52.233-2 [Service of Protest] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claim] 52.242-13 [Bankruptcy] 52.252-1 [Solicitation Provisions Incorporated By Reference] 52.252-2 [Clauses Incorporated by Reference] 52.252-6 [Authorized Deviations in Clauses] 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials] 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights] 252.204-7003 [Control of Government Personnel Work Product] 252.209-7001 [Disclosure of Ownership Or Control By The Government of a Terrorist County] 252.209-7004 [Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country] 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] 252.225.7000 [Buy American Act - Balance of Payments Program Certificate] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.225-7002 [Qualifying Country Sources as Subcontractors] 252.225-7012 [Preference For Certain Domestic Commodities] 252.226-7001 [Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns] 252.232-7010 [Levies on Contract Payments] 252.247-7023 [Transportation of Supplies by Sea] End of Addendum FAR 52-212-4 52.212-5 [Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEVIATION)] 52.212-1 [Instructions to Offerors] Addendum to 52.212-1 (m) Provide the following to demonstrate Technical Acceptability: 1. Technical Acceptance. In order to be considered technically acceptable, offers must demonstrated that they currently provide maintenance services for the ALCON Equipment listed in this solicitation by submitting with quote two (2) references, the type of equipment serviced, and customer contact information. In addition explain how your company will meet the requirements on the following Paragraphs in PWS: para. 2, para. 3, para.5, para, 8, 8.3,8.4,para. 9, para 10.1 and para, 11, 11.1 thru 11.5, as specified in the Performance Work Statement, (Attached). 1.1. Price. Provide a price for all items. 2. Contractors must submit their quote via e-mail: Email: roland.jasso3@amedd.army.mil (n) All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: https://www.bpn.gov/ccr/. Confirmation of CCR registration will be validated prior issuance of an order. (o) Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. (p) The closing date and time of this solicitation is 30 July 2011, 11:00 p.m. CST. It is requested that quotations be submitted on company letterhead signed by an authorized company representative by the closing date and time. Quotes can be submitted by entering unit prices into this solicitation's line items herein, attached to a cover containing company name, address, contact name and title, phone number and/or email address. Please include a DUNS and/or CAGE code. Quotes shall be submitted via e-mail to roland.jasso3@amedd.army.mil. 52.211-6 [Brand Name or Equal] a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the Technical Acceptability specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) End of Addendum to 52.212-1 52.212-2 [Evaluation Commercial Items] Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: 1. The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). (Award will be on an all or none basis.) End Addendum to 52.212-2 The closing date and time of this solicitation is 29 July 2011, 11:00 A.M. Central Standard Time. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or Email quotes to Great Plains Regional Contracting Office (210) 808-6053. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Roland Jasso, phone (210) 808-6048; e-mail: roland.jasso3@amedd.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0011T0182/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02485893-W 20110701/110629235225-7b7339d8a1d8346270d60bc3c8a7db9b (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.