SOLICITATION NOTICE
J -- Maintenance of Data Card and New Bold Embossing Machines
- Notice Date
- 5/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-10-T-0054
- Response Due
- 5/24/2010
- Archive Date
- 7/23/2010
- Point of Contact
- sandra.z.bulls, 910.907.6954
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(sandra.bulls@amedd.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91YTZ-10-T-0054. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. The associated North America Industry Classification System (NAICS) Code is 811219. This requirement is 100% Set-Aside for Small Business. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: Annual Maintenance Service Contract Manufacturer: Data Card and NewBold Base Year with 2 (1 year Options) - Annual maintenance service contract coverage period 1 June 10 thru 31 May 11 with two (one year options to 31 May 13 for 4 each Data Care Model 295 Embossers and 1 Newbold Model 610 Embosser BASE YEAR 1 Jun 20 - 31 May 11 CLIN 0001 Data Care Embosser 4 each Mdl 295 4 X $ = $ /month 12 Mo x $/mo = $_________________ CLIN 0002 NewBold Embosser 1 ea Mdl 610 12 mo X $/mo - $____________ CLIN 0003 Contractor Manpower Report 1 ea $____________ OPTION YEAR 1 1 Jun 11 - 31 May 12 CLIN 1001 Same as 0001 $_____________ CLIN 1002 Same as 0002 $_____________ CLIN 1003 Same as 0003 $_____________ OPTION YEAR 2 CLIN 2001 Same as 0001 CLIN 2002 Same as 0002 CLIN 2003 Same as 0003 Contractor Manpoer Reporting ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. The contractor shall notify the Contracting Officers Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the contractor will notify the Contracting Officer. STATEMENT OF OBJECTIVES 1. Womack Army Medcial Center IMD Branch is requesting a full-service maintenance agreement. Contractor for furnish all labor, parts, shipping, and travel on the equipment listed. 2. Equipment is currently located in various areas at Womack Army Medical Center, 2817 Reilly Rd. Fort Bragg, NC 3. Service maintenance support is required Monday through Friday during the hours of 8:00am and 5:00pm excluding government corporate holidays. 4. The contractor shall provide a Statement of Work/Maintenance Agreement (standard commercial approach) that specifically identifies every facet of the full service maintenance agreement that they pledge to perform to meet the requirements including all associated prices. In addition, the contractor shall provide those quality measures that will be taken to assure adequate performance. The performance outcome mandated by the Government is a maintenance service ageement during the performance period to perform unlimited repairs for problem resolution on the equipment and to certify accuracy and precision on all equipment. 5. The Contractor, shall provide a performance-based Statement/Maintenance Agreement of Work that describes in detail how they will achieve the desired outcomes listed above. This statement/agreement of Work for commercial services shall be in accordance with standard commercial practices. 6. QUALITY ASSURANCE SURVEILLANCE PLAN quality will be monitored using random sampling under this award via the end user. Acceptance will be acknowledged when payment is authorized. Acceptance shall be at destination. The following provisions and clauses will be incorporated by reference: FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2 Evaluation Commercial Items The contract will be awarded to the Best Value with consideration for: 1. Technical Acceptability in order to be considered technically acceptable, vendors must demonstrate that all items proposed (if other than brand name) meet or esceed the salient characteristics listed above. 2. Price all proposals will be evaluated in accordance with the following criteria: technical capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers an Equal Product) and price, with technical capability being significantly more important than price. Clause 52.211-6 (and other clauses throughout this solicitation can be viewed and can be downloaded by accessing the website listed in this solicitation. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. FAR 52.212-3, Offerors Representations and Certifications Commercial Items- Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 to include the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.232-7003 Electronic Submission of Payment Requests and 252.211-7003 Item Identification and Valuation FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.225-18 Place of Manufacture FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference web sites are: www.arnet.gov; www.farsite.hill.af.mil;www.dtic.mil/dfas; www.ccr.gov FAR 252-252-2 Clauses Incorporated by References DFARS 252.204-7004 Alternate A Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following sub DFARS clauses that apply: 252.203-3 Gratutities 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7024 Notification of Transportation of Supplies by Sea The following provisions in their latest editions apply to this solicitation. (1)52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (2) Technical capability to include product literature, Fee Schedule pricing ; (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. (2)FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work and HIPPA Confidentiality requirements. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer however, only paragraph (j) of this this provision is required if the offeror has completed the annual representation and certification electronically at http://orca.bpm.gov which can also be accessed from the offeres electronic CCR page. The resulting Firm Fixed Price award will incorporate the requirements of the following clauses: FAR 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (FEB 2010) (DEVIATION); 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities;52.222-43 Fair Labor Standards Act and Service Contract Act--Price Adjustment; 52.222-50 Combating Trafficking in Persons;52.225-13 Restrictions on Certain Foreign Prchases;52.233-3 Protests After Award; 52.232-018 Availability of Funds; 52.232-36 Payment By 3rd Party; 52.233-4 Applicable Law for Breach of Contract Claim; DFAR 252.201-7000 Contracting Officer's Representative; 252.203-7002 Requirement to inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) alternate A; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payment Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implements Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2009) (Deviation); 252-243-7001 Pricing of Contract ModificationFAR 52.252-2: for all referenced clauses/provisions, see web site http://www.farsite.hill.af.mil or http://acq.osd.mil/dpap/dars; 252.247-7023 Transportation of Supplies by Sea; 252.247.7024 Notification of Transportation of Supplies by Sea It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register)and be registered with Wide Area Workflow for payment of invoices electronically. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. Evaluation factors: 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. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Quotations must be signed, dated and received by 9:00 AM EST 24 May 2010 via fax at 210.221.5402 or email to edward.domowski@amedd.army.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Responses are to be faxed to Sandra Bulls at 910-907-9307 OR emailed to sandra.z.bulls@us.army.milno later than 9:00 a.m. EST 24 May 2010. A signed cover letter is required stating the offerors official address For questions concerning this Request for Quotation contact Sandra Bulls, Contract Specialist, via email at sandra.z.bulls@us.army.mil NO TELEPHONE REQUESTS WILL BE HONORED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-10-T-0054/listing.html)
- Place of Performance
- Address: North Atlantic Regional Contracting Office Womack Army Medical Center Contracting Cell, 2817 Reilly Rd. Fort Bragg NC
- Zip Code: 28310-7301
- Zip Code: 28310-7301
- Record
- SN02152258-W 20100520/100518234609-f035e6b383c523be0ceddc705d3c282b (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 |