Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

J -- Medical Test Equipment Calibration/Repair - Statement of Work (SOW) - Equipment List

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-15-A-0011
 
Archive Date
2/14/2015
 
Point of Contact
Timothy Smith, Phone: 2016710792, Rosario Kinderknecht, Phone: 2106715906
 
E-Mail Address
timothy.smith.109@us.af.mil, rosario.kinderknecht@us.af.mil
(timothy.smith.109@us.af.mil, rosario.kinderknecht@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment List Statement of Work (SOW) 1. INTRODUCTION: The United States Air Force, Air Education and Training Command, 502d Air Base Wing, 502d Contracting Squadron is seeking multiple contractors willing to enter into a Blanket Purchase Agreement (BPA) for supplying services under the North American Industry Classification System Code (NAICS). The services are to be provided to the 59 MLRS/SGSKM, Wilford Hall Ambulatory Surgical Center (WHASC), Joint Base San Antonio (JBSA)-Lackland, TX 78236-5300. The Contracting Officer is Rosario Kinderknecht, at (210) 671-5906 or email at rosario.kinderknecht@us.af.mil. 2. EVALUATION: When establishing these BPAs and evaluating the need for annual renewal, the Government award based on Lowest Price Technically Acceptable (LPTA) in accordance to the Statement of Work, (SOW), See Attachment 1. TECHNICAL ACCEPTABILITY CRITERIA Acceptable: Contracor is able to furnish Certificate of Calibration in accordance with Original Equipment Manufacturer (OEM) for every call. Unacceptable: Contracor is unable to furnish Certificate of Calibration in accordance with Original Equipment Manufacturer (OEM) for every call. Acceptable: Contractor is able to furnish Certificate of Repair in accordance with Original Equipment Manufacturer (OEM) for repair of all equipment. Unacceptable: Contracor is unable to furnish Certificate of Repair in accordance with Original Equipment Manufacturer (OEM) for repair of all equipment. 3. INSTRUCTIONS: Offerors shall submit their price list based on the Equipment listed provided, See Attachment #2, and in accordance with the SOW. Quotes must be received no later than 11:00 am Central Standard Time (CST), 30 January 2014. 4. SAM REGISTRATION: Interested parties must be registered in the System for Award Management (SAM). This may be accomplished by accessing www.sam.gov. 5. INTERESTED PARTIES: Please direct all inquiries to Contract Specialist, SSgt Timothy Smith via email at timothy.smith.109@us.af.mil. Any correspondence relating to this solicitation should contain "FA3047-15-A-0011: Company Name" in the subject field. 6. DESCRIPTION OF AGREEMENT: The Contractor shall provide all labor, materials, parts, test equipment, tools, facilities, shipping and incidentals necessary to perform calibration and major repair or refurbishment services on a varying quantity of government owned precision test equipment in accordance with the SOW for the duration of this BPA. 7. SERVICES TO BE FURNISHED: Please see Attached SOW. 8. PURCHASE LIMITATION: Requests made by Authorized BPA Callers shall not exceed the single call limit of $2,500.00 chargeable against each respective caller's Government-wide Purchase Card. This BPA has a Master Call limit of $250,000.00. 9. PERIOD OF VALIDITY. This BPA is established for the period of 06 February 2015 to 30 September 2015 with the potential for annual renewals extending performance through 30 September 2019. 10. INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THIS BPA: Appointed Contracting Officers, individuals assigned by the Contracting Officer as Authorized BPA Callers. Contractors that enter into this agreement shall honor requests from only those individuals who appear on the list of persons authorized to place calls furnished to them by the office specified on the first page as the issuing office. Individuals other than those listed above, shall not be permitted to place calls unless authorized in writing by the Contracting Officer. Contractors shall not honor any order exceeding the call limitation or issued by anyone other than the individuals designated once the agreement has been made. 11. AUTHORITY: The issuance of individual calls against this BPA will be made under the authority of 10 U.S.C. 2304. 12. REQUIRED QUANTITIES: The amount of services which will be required during the period covered by this BPA will depend upon the requirements of 59 MLRS/SGSKM. 13. EXTENT OF OBLIGATION: The United States Government is obligated only to the extent that authorized calls are actually placed against this BPA. 14. APPLICABLE WAGE DETERMINATION: Services provided under calls against the BPA are subject to minimum wages and fringe benefits as set forth in Service Contract Act WD 05-2521 (Rev.-16). 15. INSTRUCTIONS FOR RESPONSES: Respondents shall submit a written response to Contract Specialist, SSgt Timothy Smith via email at timothy.smith.109@us.af.mil and shall courtesy copy Contracting Officer, Rosario Kinderknecht at rosario.kinderknecht@us.af.mil. Responses must be received by 11:00 am Central Standard Time (CST), 30 January 2014. 15. AWARD a. Quotes must be determined to be fair and reasonable. b. Contractor must be active in SAM (https://www.sam.gov/portal/public/SAM/) c. The 502d Contracting Squadron is not obligated to enter into BPAs with more qualified Contractors than are deemed necessary to meet its expected needs. It is believed that three (3) BPAs with capable, reliable, responsive firms would suffice for meeting foreseeable needs. If experience during the first year of performance indicates additional BPAs may be necessary, Contractors not offered an agreement initially may be approached later to assess their current interest and capability. d. The agreement form will be a DD Form 1155 signed by both the awardee and the Contracting Officer. e. The agreement will incorporate standard commercial item terms and conditions contained in FAR 52.212‐4 and 52.212‐5. 16. Only the following items contained in FAR 52.212‐5 will apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.222-50 -- Combating Trafficking in Persons. 52.232-33 -- Payment by Electronic Funds Transfer System for Award Management 52.232-36 -- Payment by Third Party 252.204-7004 - Alternate A, System for Award Management 252.235-7004 -- Protection of Human Subjects FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) (Jul 2014) 52.232-35 -- Designation of Office for Government Receipt of Electronic Funds Transfer Information 52.247-34 -- F.O.B. - Destination 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. 252.246-7000 -- Material Inspection and Receiving Report. 252.247-7023 --Transportation of Supplies by Sea Alternate III 5352.223-9001 -- Health and Safety on Government Installations 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999). 52.222-26 -- Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-35 -- Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212) 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.222-41 -- Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) 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://farsite.af.mil 52.252-6 -- Authorized Deviations in Clauses. (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 Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-15-A-0011/listing.html)
 
Place of Performance
Address: Joint Base San Antonio - Lackland, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03621711-W 20150123/150121235619-a9cf32b7bc55e7cb5a52f56d563c9583 (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.