SOLICITATION NOTICE
J -- Preventative Maintenance Services for a Hologic Digital X-Ray System
- Notice Date
- 6/30/2009
- 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, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- F3P4C19113A001
- Archive Date
- 7/23/2009
- Point of Contact
- Douglas M Schmidt Jr, Phone: 210-652-5176
- E-Mail Address
-
douglas.schmidt@randolph.af.mil
(douglas.schmidt@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.The 12th Contracting Squadron, Randolph AFB, TX, has a requirement for preventative maintenance services for a Hologic Digital X-ray system, Model Epex, Gold Service Type. Award will be made in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P4C19113A001 is issued as a request for quotation (RFQ). The associated North American Industry Classification System Code (NAICS) is 811219; and the size standard is $7M. Award is contingent upon availability of funds. This synopsis of proposed contract action is for planning purposes only and does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis/RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 2.The government anticipates a sole source award to Hologic Inc. Description of the supplies or services required to meet the agencies needs: The 12 MDG is requesting a maintenance contract to provide annual maintenance for the digital Hologic Epex unit. This contract is being requested to maintain the unit in servicable condition and to expand the life expectancy of the unit. Hologic shall provide and furnish all parts, tools, equipment/material, personnel/labor, facilities and software necessary in order to maintain the currently installed Hologic Epex unit. The total estimated value of this requirment is $39k to maintain a unit at or above $120k. A demonstation that the proposed contractor’s unique qualification (sole source), unique product features (brand name), or the nature of the acquisition requires use of a sole source: (1) item is peculiar to one manufacturer (for example a particular brand name, product, or feature of a product, peculiar to one manufacturer). This Hologic unit was installed in 2001 by Hologic. Hologic is the manufacturer for the currently installed Hologic Epex unit. They are the sole proprietor of all parts, equipment, and software for this unit. Their technichians also have specialized training to maintain and repair Hologic units. The Hologic Epex unit is a proprietary unit. Hologic is the only company that has the tools and software capable of servicing the current system to ensure minimal downtime and patient safety. 3.The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 4.Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. If you feel you can meet this requirement, interested persons may express their interest and capability to respond to the requirement and submit proposals to be received within (5) calendar days after date of publication of this notice of intent. Written quotes must be received no later than 8 July 2009, 1100 a.m. Central Standard Time and reference the solicitation listed above. Award is anticipated on 10 July 2009. Period of Performance shall begin 1 September 09 to 31 August 10, unless otherwise negotiated. 5.Point of Contact: SSgt Doug Schmidt Jr, Contracting Specialist, Phone 210-652-5176, Fax 210-652-5135, Email Douglas.Schmidt@Randolph.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P4C19113A001/listing.html)
- Place of Performance
- Address: Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN01861443-W 20090702/090701001020-0186828df87a29a7384aa1f138d4518a (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 |