Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2009 FBO #2830
SOLICITATION NOTICE

10 -- This requirment is for preventive maintenance on government owned equipment as specified in Solicitation and Statement of Work (Attached)

Notice Date
8/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0009T0365
 
Response Due
8/28/2009
 
Archive Date
10/27/2009
 
Point of Contact
Roland Jasso, 210-221-4964
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.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 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. Solicitation W81K0009T0365 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is unrestricted under NAICS code 811219 and the small business size standard is 7 million dollars. Period of Performance: 1 October 2009 through 30 September 2010 CLIN 1001 High Dose Rate Afterloader: Provide maintenance inspection and calibration of High Dose Rate (HDR) afterloader, ECN f5452, Mdl HDR, SN 31038. To include all components associated with this unit, Computer Minicomputer, ECN 50490, SN N612621534, Mdl HP Vectra, Control Unit, ECN F5453, Mdl HDR 31038, Monitor Video Medical, ECN F5457, Mdl VCA-1024, SN MYT80397977. The service coverage shall include all travel, labor, parts and materials, manufactures authorized field modifications (FMIs) and individual tools and test equipment, required service and maintain the items, in strict accordance with the manufactures maintenance manuals, specifications FMIs and quality control policies and procedures governed by the using activity. The Original Equipment Manufacturer is Nucletron Corporation, Columbia OH. CLIN 0002 - Brachytherapy System: Remote Afterloading ECN 23272, SN 34145, MDR Plato 4502. To include all components: Printer Ink jet Color, ECN: 26161, Digitizer Film ECN 261621, SN 10008448, MDL IPS/BL.G, Computer, Desktop Tower, ECN 26163, SN 80069105746, MDL Comno17. The service coverage shall include all travel, labor, parts and materials, manufactures authorized field modifications (FMIs) and individual tools and test equipment, required service and maintain the items, in strict accordance with the manufactures maintenance manuals, specifications FMIs and quality control policies and procedures governed by the using activity. The Original Equipment Manufacturer is Nucletron Corporation, Columbia OH. CLIN 0003- Vendor Management Program: ALL VENDORS AND/OR COMMERCIAL SALES REPRESENTATIVES THAT ARE CONDUCTING BUSINESS WITH OR PROVIDING SERVICES TO BROOKE ARMY MEDICAL CENTER ARE REQUIRED TO ENROLL IN THE FACILITY'S VENDOR MANAGEMENT PROGRAM. VENDOR'S/REPRESENTATIVES MUST REGISTER AT WWW.VCSDATABASE.COM. All reference clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Process: Technical Capability and Price. 1. Technical Capability. Explain how your company will meet the scope of work in the attached Performance Work.Statement, in particular the specified paragraphics noted in evaluation of quotes. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating. 2. Price. 4. Award will be all or none basis. EVALUATION OF QUOTES (a) The Government will award a contract resulting from this solicitation to the responsible quote with satisfactory whose quote is Lowest Priced, Technically Acceptable (LPTA). The following factors will be used to evaluate quotes: Technical acceptability and price. 1.Technical acceptability: Explain how your company will meet the characteristics in the PWS of the following para 2, para. 4(a-d); par. 7; par. 10 (b-c); as specified in the Statement of Work (Attached). 2.Price 3. Evaluation process. All quotes will be evaluated on its technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; Contract Clause 52.217-9, Option to Extend the term of the Contract]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-18 Availability of Funds]; 52.232-36 [Payment by Third Party]. The closing date and time of this solicitation is 17 Aug 2009, 11:00 A.M. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or Email quotes to Great Plains Regional Contracting Office (210) 221-5359. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Roland Jasso, phone (210) 221-4964; e-mail: roland.jasso3@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009T0365/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01922936-W 20090824/090822233901-9eaaacd4506d7838e0427f1eea304038 (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.