SOLICITATION NOTICE
J -- Repair of Standard and Specialty rigid and flexible scopes
- Notice Date
- 5/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-11-T-0177
- Response Due
- 5/20/2011
- Archive Date
- 7/19/2011
- Point of Contact
- Barry Baxter, 270-798-8165
- E-Mail Address
-
Southeast Regional Contracting Office
(barry.baxter@us.army.mil)
- Small Business Set-Aside
- Total 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The solicitation number is W91YTV-11-T-0177, and the solicitation is issued as a Request for Quotation. This solicitation will result in one or more awards of a Blanket Purchase Agreement to vendor(s) determined to be responsive and responsible. The NAICS code is 811219 and the size standard is $19 Million. This solicitation is a 100% Small Business Set-aside. Blanchfield Army Community Hospital, Fort Campbell, KY has a requirement for repair of standard and specialty flexible and rigid scopes. Vendors will quote the maximum repair charge for the following equipment: CLIN 0001 Olympus Standard GI Flexibles; CLIN 0002 Camera Heads; CLIN 0003 Camera Couplers; CLIN 0004 Semi-Rigid Ureteroscopes; CLIN 0005 Standard Rigid Endoscopes; CLIN 0006 Specialty Rigid Endoscopes; CLIN 0007 Specialty Flexible Ureteroscopes; CLIN 0008 Olympus Specialty Flexible Scopes (BF, CYF, LF, ENF, HYF); CLIN 0009 Other Brand Specialty Flexibles; CLIN 0010 On-Site Preventative Maintenance. All shipping will be included. All repairs shall be performed using new replacement parts that meet OEM specifications. Loaner equipment shall be available upon request. All repairs shall be warranted for a minimum of 120 days. Period of performance is 1 June 2011 through 31 May 2016. The following clauses and provisions apply to this solicitation. Each individual BPA call shall not exceed $2,500.00 and the maximum authorized limit of the BPA shall not exceed $150,000.00. Payment for services shall be made utilizing the Government Purchase Card. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (JUN 2008); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal; 52.214-34, Submission of Offers in the English Language (APR 1991); 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010); 52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far. 252.209-7001-Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JAN 2009); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: Items offered will be evaluated on price per repair; 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2002) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.204-4, Printed or Copied Double-Sided on Recycled Paper (AUG 2000); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); 52.219-28, Post-Award Small Business Program Representation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedied (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA, and Other Eligible Veterans (SEP 2010); 52.222-36, Affirmative Action For Workers With Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam ERA, and Other Eligible Veterans (SEP 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18, Contractor Policy To Ban Text Messaging While Driving (SEP 2010); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.242-13, Bankruptcy (JUL 1995); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (JAN 2009); 252.203-7002, Requirement to Inform Employees of Whistle Blower Rights (JAN 2009); 252.204-7003, Control of Government Work Product; 252.225-7001, Buy America Act and Balance of Payments Program (JAN 2009); 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. 252.204-7008, Export-Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2010). DEVIATION. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) DEVIATION also apply to this solicitation. All small business responsible sources should submit a quote to ATTN: Mr. Barry Baxter via e-mail at barry.baxter@us.army.mill by 4:30 pm CST, May 20, 2011. For information regarding this solicitation you may contact Barry Baxter at 270-798-8165 or via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-11-T-0177/listing.html)
- Place of Performance
- Address: Blanchfield Army Community Hospital 650 Joel Drive Fort Campbell KY
- Zip Code: 42223
- Zip Code: 42223
- Record
- SN02443398-W 20110511/110509234724-5ef9ca5512db9abf29b7620e3dfbf46b (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 |