Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

J -- Urine Chemistry Analyzer and Microscopy Analyzer Maintenance

Notice Date
7/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-11-T-0226
 
Response Due
7/14/2011
 
Archive Date
9/12/2011
 
Point of Contact
Pamela W. Owens, 706 787 0293
 
E-Mail Address
Southeast Regional Contracting Office
(pamela.w.owens@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. The solicitation number is W91YTV-11-T-0226. This acquisition is issued as a Request for Quote (RFQ). All responsible submissions will be considered for this requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 5 July 2011. The North American Industry Classification System (NAICS) Code for this procurement is: 811219. This requirement is unrestricted. US Army MEDDAC, Moncrief Army Community Hospital, Fort Jackson, South Carolina has a requirement for the following: CLIN 0001: Automated Urine Chemistry Analyzer, manufactured by Iris Diagnostics, Model # AX4280, Serial No. 40706069, ECN 09337 and Automated Microscopy Analyzer, manufactured by Iris Diagnostics, Model # IQ200, Serial No. 3968, ECN 1213: Maintenance and Repair Services from 10/1/2011 to 9/30/2012. Firm Fixed Price for unlimited on-site remedial repairs, emergency repairs, and routine preventive maintenance services to the Automated Urine Chemistry Analyzer and Automated Microscopy Analyzer in accordance with the contract performance based work statement (PBWS). Performance measures/capabilities includes English-speaking and Original Manufacturer Certification Training (OEM) Certified or equivalent of Contractor Service Personnel and equipment maintained at operational state 95% of the time with no more than 5 % downtime within a 30 day period. Response time is within 24 hours of notification (excluding holidays and weekends). Also includes manpower reporting in accordance with Addendum 52.212-4 and PBWS. Unit price: ____________________________ Total Amount: __________________ Order Total: ___________________________ This solicitation must be quoted all or none. Services to: USA MEDDAC, Medical Supply Account, Building 4500 Stuart Street, Fort Jackson, South Carolina 29207-5720. ATTN: Ms. Shirley Palmer. Services will begin on or about 10 October 2011. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) apply to this acquisition. The following is incorporated as an Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation by reference or in full text. If incorporated by reference, see provision 52.252-1 for location where full text can be obtained. The following provisions are incorporated by reference: 52.225-25 Prohibition on Engaging in Sanctioned Activities relating to Iran-Certification (Sep 2010); 52.237-1 Site Visits (Apr 1984); and 52.222-48 Exemption From Application of the Service Contract Act to Contracts For Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009). The following provisions are incorporated in full text: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far www.dtic.mil/dfars www.farsite.hill.af.mil (End of Provision) 52.252-5 Authorized Deviations in Provisions (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Addendum to 52.212-1) FAR 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: An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors, as determined by the end user. Technical ability of offeror to meet the requirement will be based on the Performance Based Work Statement and parameters within the line item (CLIN 0001) description. Offerors must keep their prices firm for 60 days from release of this RFQ. (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 Addendum to 52.212-2) Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (MAY 2011) and Alternate I (May 2011) with their offer (See 52.252-1 for electronic address for full text of this provision). FAR 52.212-4, Contract Terms and Conditions- Commercial Items (JUN 2010), applies to this acquisition to include the following clauses: Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS and Local clauses herein are incorporated into this contract either by reference or full text. If incorporated by reference see clause 52.252-2 for locations where full text can be found. The following clauses are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010); 52.222-3, Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-51 Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, Repair of Certain Equipment-Requirements (NOV 2007); 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-18 Availability of Funds (APR 1984); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-2 Protecting of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-3 Continuity of Services (JAN 1991); 52.247-34 F.O.B. Destination (NOV 1991); 252.201-7000 Contracting Officer's Representative (DEC 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7000 Disclosure of Information (DEC 1991); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); and 252.232-7010 Levies on Contract Payments (DEC 2006). The following clauses are incorporated in full text: 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far www.dtic.mil/dfars www.farsite.hill.af.mil (End of Clause) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.204-7008 Export Controlled Items (APR 2010) a) Definition. "Export-controlled items," as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) "Items," defined in the EAR as "commodities", "software", and "technology," terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended; (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (MAR 2011) (Deviation). (See 52.252-2 for electronic address for full text of this clause) Wide Area Workflow (LC 5002) WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) DFAS POC and Phone:___CUSTOMER SERVICE 1-888-332-7366__________________________ WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0490 DFAS - INDY VP GFEBS 8899 E. 56th Street Indianapolis, IN 46249-3800 Phone: 1-888-332-7366 Fax: 1-877-701-5069 (Same as block 18a of your purchase order/contract). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) _X__ Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: LOCAL PROCESSING OFFICE DODDAC: N/A PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: Ms. Shirley Palmer, Moncrief Army Community Hospital, Fort Jackson, SC E-mail: Shirley.Palmer@us.army.mil, Phone: 803 751-2350 ACCEPTOR: Ms. Shirley Palmer, Moncrief Army Community Hospital, Fort Jackson, SC E-mail: Shirley.Palmer@us.army.mil, Phone: 803 751-2350 RECEIVING OFFICE POC: Ms. Shirley Palmer, Moncrief Army Community Hospital, Fort Jackson, SC E-mail: Shirley.Palmer@us.army.mil, Phone: 803 751-2350 CONTRACT ADMINISTRATOR: Pamela.w.owens@us.army.mil CONTRACTING OFFICER: Gloria.brogsdale@us.army.mil ADDITIONAL CONTACT: Pamela W. Owens Tel: 706-787-0293 E-mail: Pamela.w.owens@us.army.mil (End of clause) This ends Addendum to 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2011) (Deviation) applies to this acquisition. All applicable requirements are included in this solicitation and the attached Performance Based Work Statement (PBWS). All responsible sources should submit a quote for consideration to ATTN: Pamela Owens via fax at 706 787-6573 or e-mail: pamela.w.owens@us.army.mil by 5:00 pm EST, July 14, 2011. For information regarding this solicitation you may contact Pamela Owens via phone: 706 787-0293 or e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-11-T-0226/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02493422-W 20110710/110708234835-b4eb09ba0e85f4eae83a7bead0e03f93 (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.