SPECIAL NOTICE
J -- Repair of Surgical Instruments - Sole Source Letter - Statement of Work
- Notice Date
- 4/6/2010
- Notice Type
- Special Notice
- 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
- F3Z4530069A002
- Archive Date
- 4/28/2010
- Point of Contact
- Christine H. Nguyen, Phone: 7074247664
- E-Mail Address
-
Christine.Nguyen-02@travis.af.mil
(Christine.Nguyen-02@travis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of work Sole source letter Travis AFB intends to award a sole source purchase order to evaluate the Central Sterile Processing department's process of decontaminating, assembly, maintenance, usage and storage of instrumentation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39, effective March 2010, DCN 20100324, and AFAC 2009-1030. This acquisition will be sole source. The North American Industry Classification System (NAICS) code is 811219. The business size standard is $7,000,000.00. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 7699. This request for quotation consists of the following: CLIN 0001: Non-personal Service: Contractor shall provide onsite inspection and reqair of various instruments located in the following departments of David Grant Medical Center (DGMC): OBGYN, General Surgery, Orthopedics, and Neurosurgery. Inclusive of this service, contractor shall evaluate the Central Processing and Distribuation processes of decontamination, assembly, maintenance, usage and storage. Training and a final presentation including a written report will by provided based on findings. Spectrum Surgical Instruments Corp. shall provide: preventative, maintenance, instrument repair, inspection, replacement and or cleaning for all types of surgical instrumentation regarless of manufacturer; customer service/tech support 24 hours/7 days a week; comprehensive educational programs on proper inspection, care and handling and critical factors pertinent to patient safety; a daily invoice annoting instrument trays/departments that were serviced; Spectra-Scan digial mapping technology; cleanup of any and all areas where maintenance has been performed. Award shall be made in the aggregate, all or none. Please provide quote valid for at least 30 days. Period of performance: On or about 19 April 2010 - 30 June 2010 The following provisions/clauses apply to this solicitation. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instruction 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: Lowest Price Technically Acceptable in accordance with the statement of work (SOW); FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions (Deviation); FAR 52.219-28 Post Award Small Business Program; FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; 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 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23460 Instrument Mechanic-WG-10 $28.11 + 34.35% FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.212-7001 Contract Terms and Conditions DEVIATION; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. Requests for payments must be submitted electronically through the Wide Area Work Flow system at [ http://wawf.eb.mil ]; DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.201-9101 OMBUDSMAN; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to Christine.Nguyen-02@travis.af.mil or fax to 707 424 5189. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 9 April 2010. Quotes are to be provided by fax or email NO LATER THAN 13 April 2010, 12:00 PM, PST. Point of contact is Christine Nguyen, 2Lt, Contract Specialist, telephone (707) 424 7664, christine.nguyen-02@travis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4530069A002/listing.html)
- Place of Performance
- Address: Travis AFB, CA 94535, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02114129-W 20100408/100406235317-39718df6ff6cbe0bc1f19252a24766b4 (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 |