Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
SOLICITATION NOTICE

65 -- SERVICE MAINTENANCE JIF LINEAR ACCELERATOR

Notice Date
4/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-15-T-0138
 
Archive Date
4/20/2015
 
Point of Contact
Julie A. Bertrand, Phone: 6195328083
 
E-Mail Address
julie.bertrand@med.navy.mil
(julie.bertrand@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items. This Solicitation/Synopsis was prepared in accordance with the format in FAR subpart 12.6, using simplified acquisition procedures as provided for in FAR 13.106, and as supplemented with additional information included in this notice. This requirement is a sole source procurement to BrainLab, Inc. 3 Westbrook Corporate Center Suite 400, Westchester, IL 60154 in accordance with FAR 13.106-1(b)(1)(i). All other offeror's may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-15-T-0138 is issued as a request for quotation (RFQ). The closing date is April 5, 2015@ 07:00p.m. Pacific Daylight Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-80. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acq.osd.mil/dpap/dars/dfars/index; http://www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size: $20.5M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001 Service Maintenance JIF Linear Accelerator, Part# N/A QTY: 01 Unit of Issue: YR, Price: tiny_mce_marker _____ JIF LINEAR ACCELERATOR PROJECT BRAINLAB SOFTWARE AND HARDWARE: iPLAN SERVER ECN: 117381 LIGHT BOXES ECN: 117382, 117383, 117384 ART# 84010-01; SERVICE PACKAGE DIGITAL LIGHT PLATFORM & SOFTWARE ART# 81000-05; SERVICE PACKAGE DATA TRANSFER MODULE ART# 8200-02; SERVICE PACKAGE DICOM RT IMPORT/EXPORT ART# 81000-15; SERVICE PACKAGE iPLAN NET SERVER & APPLICATION The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-13 System for Award Management Maintenance (JULY 2013) 52.212-4 Contract Terms and Conditions - Commercial Items (Dec 2014) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-o0010) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-00010) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.225-7001 Buy American and Balance of Payments Program (NOV 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 52.212-1 Instruction to Offerors - Commercial Items (FEB 2012) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JULY 2014) with the following clauses incorporated by reference: 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2014), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) 52.219-1 Alt 1 Small Business Program Representations (APR 2012) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov; http://www.acq.osd.mil 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) RAPID GATE - NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (Sep 2013) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to meet the Governments requirement. The following factors to be used to evaluate offers: 1) Technical Capability, 2) Delivery, and 3) price. Technical capability and delivery, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first two (2) factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications- Commercial Items (APR 2012) Offeror must be registered to the System for Award Management (SAM) prior to award. The website address is www.sam.gov. A Data Universal Number System (DUNS) number is required to register. Email your quote no later than 07:00p.m. Pacific Daylight Time; April 5, 2015. Email: julie.bertrand@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0138/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03685495-W 20150403/150401234743-9b559025f5bd70b2e64e7b68a8c13bd1 (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.