SOLICITATION NOTICE
Q -- Non-Personal Maintenance Service for the Fusion ENT Image Guidance System
- Notice Date
- 5/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-12-T-0086
- Response Due
- 5/22/2012
- Archive Date
- 7/21/2012
- Point of Contact
- Angela Dexter, 253-968-4912
- E-Mail Address
-
Western Regional Contracting Office
(angela.dexter@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 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; proposals are not being requested and a written solicitation will not be issued. This is a solicitation W91YU0-12-T-0086, 0010154647 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219(Other Electronic and precision Equipment Repair and Maintenance, Size standard is $6.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Non-Personal Maintenance Service for the Fusion ENT Image Guidance System located at Irwin Army Community Hospital, Fort Riley, FOB Destination. The Non-Personal Maintenance Service on the Fusion ENT Image is for use at William Beaumont Medical Center, El Paso, TX, and the proposed contract is for a base period of one year plus two one-year option periods. All Contractors shall provide an offer for the following CLINs and option line items, CLIN 0001, Contractor shall provide a Non-Personal Maintenance Service for ENT Image Guidance System under serial number 4500574430 which is located at Irwin Army Community Hospital, Fort Riley, KS in accordance with the performance work statement. The maintenance service will include planned maintenance, corrective maintenance, engineering changes, product training, replacement, remote support and for scheduled/ unscheduled on-site visits. Period of Performance: 1 Oct 2012 thru 30 Sep 2013 (Subject to the Availability of FY13 funding.) OPTION CLIN 1001: Contractor shall provide a Non-Personal Maintenance Service for ENT Image Guidance System under serial number 4500574430 which is located at Irwin Army Community Hospital, Fort Riley, KS in accordance with the performance work statement. The maintenance service will include planned maintenance, corrective maintenance, engineering changes, product training, replacement, remote support and for scheduled/ unscheduled on-site visits. Period of Performance: 1 Oct 2013 thru 30 Sep 2014 (Subject to the Availability of FY14 funding.) OPTION CLIN 2001: Contractor shall provide a Non-Personal Maintenance Service for ENT Image Guidance System under serial number 4500574430 which is located at Irwin Army Community Hospital, Fort Riley, KS in accordance with the performance work statement. The maintenance service will include planned maintenance, corrective maintenance, engineering changes, product training, replacement, remote support and for scheduled/ unscheduled on-site visits. Period of Performance: 1 Oct 2014 thru 30 Sep 2015 (Subject to the Availability of FY15 funding.) Pricing quote shall include all applicable fees. The following provisions will be included in the established solicitation, 52.212-1 instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria (technical capability and price); 52.212-3 Offertory Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http,//orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award, 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation, 52.232-18 Availability of Funds, 52.232-33 Payment by electronic Funds Transfer-Central contractor Registration, Addendum to 52.212-1 (Local Provision 5004). The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the performance period in accordance with 52.212-4. 2. Unilateral Modifications, The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-3 Buy American Act-Free Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement. The following DFARS clauses apply, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far Place of Delivery, Irwin Army Community Hospital 7600 Caisson Hill Road Fort Riley, KS 66442 Contact, Angela Dexter, Phone 253-968-4912, Fax 253-986-4091, Email angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-12-T-0086/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Record
- SN02743114-W 20120511/120509235021-a56b419372c1f2901677bc364614b98d (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 |