MODIFICATION
Q -- Preventative Maintenance
- Notice Date
- 9/4/2009
- 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
- F3Z4539148AQ02
- Archive Date
- 9/26/2009
- Point of Contact
- Misty Wilcox, Phone: 7074247766, Josephine G Cobb, Phone: (707) 424-7720
- E-Mail Address
-
Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil
(Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Travis AFB intends to award a sole source purchase order for two for preventative maintencane from Alliant Health Care This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-36, Effective 11 Aug 2009 and Defense DCN 20090729 Last Update:29 July 2009, and the Air Force Acquisition Circular 2009-0318 Effective 18 Mar 2009. Award shall be made in the aggregate all or none. Services Non-Personal request preventative maintenance to include intervening service calls and parts for government owed stryker medical waste management equipment at David Grant Medical Center Period of Performance: Basic Year: 1 Oct 09-30 Sept 10 Option Year 1: Oct 10-30 Sept 11 Option Year 2: Oct 11-30 Sept 12 Option Year 3: Oct 12-30 Sept 13 Option Year 4: Oct 13-30 Sept 14 0001-Neptune Gold Rover Pro Care Part #0700-001-000W: SERIAL #'S 0529000763, 0528313333, 0528702183, 0528702203, 0528702223, 0528313353, 0528702173, 0528313343, 0721900033, 0800904523, 0800904483 QTY: 11 EA 0002-NEPTUNE DOCKING STATION PRO CARE, PART NO. 0700-005-000W QTY: 1 EA The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. 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: 1: technical capability of the item offered to meet the Government requirement 2:Price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-35 Equal Opportunity for Disabled Veterans; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.203-6 Restrictions on Subcontractors (Alt I); FAR 52.204-4 Printed on Copied Double Sided or Recycled Paper; FAR 52.219-8 Utilization of Small Business Concerns; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.209-7001 Disclosure of Ownership or Controlled by the Gov't; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations & Certifications - comm'l Items. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. 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 misty.wilcox@travis.af.mil or fax to 707-424-5189 NO LATER THAN 9 Sept 2009, 1630, PST and offers NO LATER THAN 11 SEPTEMBER, 0900, PST. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4539148AQ02/listing.html)
- Place of Performance
- Address: Travis AFB, Travis, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN01941219-W 20090906/090905000201-0aad178adec7acee040a13f94175c793 (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 |