Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
MODIFICATION

R -- Maintenance for Nucleic Acid Pocessor (GS Junior)

Notice Date
12/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4531187AQ02
 
Archive Date
12/24/2011
 
Point of Contact
Felicia A. DeMita, Phone: 7074247761, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
felicia.demita@us.af.mil, josephine.cobb@us.af.mil
(felicia.demita@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for non-personal services prepared in accordance with the format in FAR 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 F3Z4531187AQ02; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 effective 2 November 2011; Defense DPN 20111102 effective 2 November 2011, and AFAC 2011-0714 effective 14 July 2010. The North American Industry Classification System (NAICS) code is 811219. The business size standard is $19,000,00.00. The Federal Supply Class (FSC) is J065. The Standard Industrial Classification (SIC) is 7629. The requirement is a sole source acquisition under FAR 13.106-1(b)(1). Travis AFB intends to award a purchase order for maintenance of the Nucleic Acid Processor manufactured by Roche Diagnostics at the David Grant Medical Center. The requirement is for one base year and four option years as described in greater detail below. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. CLIN 0001 - Provide non-personal services to establish a maintenance agreement for the nucleic acid processor (GS Junior, serial number is 12100476 Model No. 05526337001/ ECN 049369 ) in accordance with the Performance Work Statement for the period of 1 January 2012 through 31 December 2012. CLIN 1001 - Provide non-personal services to establish a maintenance agreement for the nucleic acid processor (GS Junior, serial number is 12100476 Model No. 05526337001/ ECN 049369 ) in accordance with the Performance Work Statement for the period of 1 January 2013 through 31 December 2013. CLIN 2001 - Provide non-personal services to establish a maintenance agreement for the nucleic acid processor (GS Junior, serial number is 12100476 Model No. 05526337001/ ECN 049369 ) in accordance with the Performance Work Statement for the period of 1 January 2014 through 31 December 2014. CLIN 3001 - Provide non-personal services to establish a maintenance agreement for the nucleic acid processor (GS Junior, serial number is 12100476 Model No. 05526337001/ ECN 049369 ) in accordance with the Performance Work Statement for the period of 1 January 2015 through 31 December 2015. CLIN 4001 - Provide non-personal services to establish a maintenance agreement for the nucleic acid processor (GS Junior, serial number is 12100476 Model No. 05526337001/ ECN 049369 ) in accordance with the Performance Work Statement for the period of 1 January 2016 through 31 December 2016. The following provisions and/or clauses apply to this acquisition: 52.252-2 Clauses Incorporated by Reference 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): http:/www.arnet.gov/far http:/farsite.hill.af.mil 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6 Protecting the Government Interest 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items ALTERNATE 1 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Terms of the Contract 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.212-4 Contract Terms and Conditions-Commercial Items 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification 52.222-50 Combating Trafficking in Persons 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (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: (i) To be technically acceptable you need to meet all requirements addressed in the item description and Performance Work Statement (PWS). Please submit information showing your ability to meet the requirements stated in the PWS. (ii) And price. Award will be made based on lowest price technically acceptable. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) 5352.201-9101 OMBUDSMAN (10 AUG 2005) Contractor must be registered with WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to felicia.demita@us.af.mil NO LATER THAN 6 December 2011 at 1:00 PM PST and the solicitation/bid will CLOSE on 9 December 2011, 5:00 PM, PST. Primary Point of contact is Felicia DeMita, Contract Specialist, telephone 707-424-7761. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720. (Please send correspondence to the primary point of contact before attempting to reach the alternate point of contact. Thank you for your cooperation.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4531187AQ02/listing.html)
 
Place of Performance
Address: David Grant Medical Center, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02636238-W 20111210/111208234656-6b312d72134f9f3e54c5bea18cb68832 (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.