Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2012 FBO #4031
SOLICITATION NOTICE

J -- Maintenance of Philips Radiology Units and equipment located at the U.S. Army Health Clinic in Vicenza and in Livorno, Italy.

Notice Date
12/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F13R0002
 
Response Due
1/4/2013
 
Archive Date
2/3/2013
 
Point of Contact
Domenico Maddaloni, 011496371867043
 
E-Mail Address
European Regional Contracting Office
(domenico.maddaloni@us.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. Solicitation number: W9114F-13-R-0002 issued as a request for proposal (RFP). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 811219. The Europe Regional Contracting Office has a requirement to procure the following Maintenance scheduled and unscheduled, repairs for Philips Radiology Units and equipment located at the U.S. Army Health Clinic in Vicenza and in Livorno, Italy. The contract line items (CLINs) for this acquisition are as follows: Line Items 0001-1001-2001-3001 and 4001 Maintenance Services Full Risk of Philips DigitalDiagnost Dual Detector, located at the US Army Health Center in Vicenza, Italy, to include scheduled, unscheduled routine service calls and all emergency service visits as described in the PBWS. QTY 2 - Semiannual Installment Charges. Line Items 0002-1002-2002-3002 and 4002 Maintenance Services Full Risk of Philips Veradius mobile C-Arm system with Flat Detector, located at the US Army Health Center in Vicenza, Italy, to include scheduled, unscheduled routine service calls and all emergency service visits as described in the PBWS. QTY 2 - Semiannual Installment Charges. Line Items 0003-1003-2003-3003 and 4003 Maintenance Services Full Risk of Philips BuckyDiagnost Floor System, located at the US Army Health Center in Vicenza, Italy, to include scheduled, unscheduled routine service calls and all emergency service visits as described in the enclosed PBWS. QTY 2 - Semiannual Installment Charges. Line Items 0004-1004-2004-3004 and 4004 Maintenance Services Full Risk of Philips iU22 xMATRIX Ultrasound System, located at the US Army Health Clinic in Livorno, Italy, to include scheduled, unscheduled routine service calls and all emergency service visits as described in the enclosed PBWS. QTY 2 - Semiannual Installment Charges. Line Items 0005-1005-2005-3005 and 4005 Contractor Manpower Reporting in accordance with 7.1 of the Performance Work Statement (PWS). Reporting period to 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. QTY 1 Description of requirements/specifications for the items to be acquired: The contractor shall provide all personnel, fully qualified, accredited and licensed technicians, equipment, tools, materials, parts, supervision, transportation and other items and services necessary to properly perform yearly maintenance services and repairs to the Philips Radiology units and equipment identified in Contract Lines Items 0001 thru 4004 and in the PWS, located at the US Army Health Clinics of Vicenza and Livorno, Italy, to ensure that optimum operation and efficiency of the equipment is maintained and that proper functioning of the equipment conforms to the manufacturer standard specifications. Services to be performed includes all unscheduled routine service calls and all emergency service visits as required for all items listed on the attached equipment list. All parts provided by the contractor shall be covered by the terms and conditions of this contract. All work shall be performed in a professional manner by authorized fully qualified Philips Healthcare System accredited and licensed technicians. If any deficiencies are found due to negligence of the service representatives, the contractor will be required to correct the deficiency to a fully operational status in accordance with manufacturer specifications at no additional cost to the U.S. Government. Please request copy of the Performance Work Statement for further description of requirements/specifications. The places of performance and acceptance will be US Army Health Clinic-Vicenza Caserma Ederle, V.le della Pace 36100 Vicenza, Italy and US Army Health Clinic-Livorno, Building 113, Loc. Camp Darby, 56128 Tirrenia (Pisa), Italy All offerors must quote FOB Destination. Period of Performance: Base Period (CLINs 0001-0005): 15 January 2013 - 14 January 2014 1st Option period: (CLINs 1001-1005): 15 January 2014 - 14 January 2015 2nd Option period: (CLINs 2001-2005): 15 January 2015 - 14 January 2016 3rd Option period: (CLINs 3001-3005): 15 January 2016 - 14 January 2017 4th Option period: (CLINs 4001-4005): 15 January 2017 - 14 January 2018 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006)- Alternate I-OCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Recycled Paper MAY 2001 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards AUG 2012 52.204-99 System for Award Management Registration (Deviation) AUG 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-4 Contract Terms And Conditions - Commercial Items FEB 2012 52.214-34 Submission Of Offers In The English Language (APR 1991) 52.223-18 Contractor Policy to Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification NOV 2011 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) AUG 2012 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.242-13 Bankruptcy JUL 1995 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 2012 252.225-7012 Preference For Certain Domestic Commodities JUN 2012 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.203-2 Certificate Of Independent Price Determination (APR 1985) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror Representations And Certifications-Commercial Items Alternate I (APR 2012) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation) (AUG 2012) 52.216-1 Type Of Contract (APR 1984) 52.217-8 Option To Extend Services (NOV 1999) 52.217-9 Option To Extend The Term Of The Contract (MAR 2000) 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.233-2 Service Of Protest (SEP 2006) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-5 Authorized Deviations In Provisions (APR 1984) 52.252-6 Authorized Deviations In Clauses (APR 1984) 252.203-7005 Representation Relating To Compensation Of Former DoD Officials (NOV 2011) 252.204-7008 Export-Controlled Items APR 2010 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) 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Deviation) (DEC 2010) 252.225-7042 Authorization to Perform (APR 2003) 252.229-7001 Tax Relief (JUN 1997) 252.229-7003 Tax Exemptions (ITALY) (MAR 2012) 252.229-7012 Tax Exemptions (ITALY)-Representation (MAR 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 ADDENDUM TO 52.212-1 Instructions to Vendors-Commercial Items - JUN 2008 1.0 GENERAL INSTRUCTIONS The following terms shall apply to this solicitation in addition to those terms and conditions in FAR provision 52.212-1. Paragraph (b), quote mark Submission of Offers. quote mark The following is added: (a) If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the Contracting Officer (KO) in writing with supporting rationale. (b) PROPOSAL FORMAT. FACTOR 1: TECHNICAL. Offerors shall submit written narratives that demonstrate their qualifications to perform the required services, as follows: SUBFACTOR 1: TRAINING AND EXPERIENCE. Offeror's technicians have been factory-trained and have a minimum of 2 years experience working on contracted equipment. SUBFACTOR 2: TECHNICAL APPROACH. Offerors shall submit written narratives that clearly describe what resources - facilities, personnel, equipment, tools, materials, supplies, training and gear - will be dedicated to meeting the requirements outlined in the PWS. SUBFACTOR 3: ENGLISH PROFICIENCY. Offeror's technicians shall be able to read, write and speak English. Technicians shall be able to compile required service and inspection reports; to compile and complete required forms.. II. FACTOR 2: PAST PERFORMANCE FACTOR Offerors shall submit no less than 3 and no more than 5 past performance references on contracts or sub-contracts completed during the past three years. Contracts listed may include those entered into with the U.S. Government, local government, and commercial customers. References shall contain email and telephone contact information for all points of contact, where possible. References will be used to evaluate past performance on contracts, sub-contracts, previous employment, or training programs completed during the past three years. III. FACTOR 3: PRICE Offerors shall submit their prices for Contract Line Item Numbers (CLINS) 0001-4005 on the price schedule. Offered prices shall account for all CLINS and the resources necessary to meet the requirements outlined in the solicitation such as the cost of personnel, tools, materials, supplies, training, gear, supervision, reports and travel. ADDENDUM TO FAR 52.212-2 The Government will award a Firm-Fixed-Price 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. Proposals will be evaluated pursuant to FAR 15.101-2, Lowest Price, Technically Accept able (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the evaluation criteria under the Technical factor and its sub-factors and Past Performance. The Government intends to evaluate three factors: (1) Technical; (2) Past Performance; and (3) Price, in making a source selection decision in accordance with FAR 15.3. If any of the Technical factors and its subfactors below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issuing an order to that offeror, thus the offeror will be ineligible for award. The following shall be used to evaluate all offers: FACTOR 1: TECHNICAL. Offerors shall submit written narratives that demonstrate their qualifications to perform the required services, as follows: SUBFACTOR 1: TRAINING AND EXPERIENCE. Offeror's technicians have been factory-trained and have a minimum of 2 years experience working on contracted equipment. SUBFACTOR 2: TECHNICAL APPROACH. Offerors shall submit written narratives that clearly describe what resources - facilities, personnel, equipment, tools, materials, supplies, training and gear - will be dedicated to meeting the requirements outlined in the PWS. SUBFACTOR 3: ENGLISH PROFICIENCY. Offeror's technicians shall be able to read, write and speak English. Technicians shall be able to compile required service and inspection reports; to compile and complete required forms.. TECHNICAL EVALUATION STANDARDS. The offeror's technical offer will be evaluated using the following standards for a final rating: ACCEPTABLE: An offer which meets all the technical requirements identified in the solicitation. UNACCEPTABLE: An offer which fails to meet one or more of the technical requirements identified in the solicitation. II. FACTOR 2: PAST PERFORMANCE FACTOR The Government will evaluate each offeror's past performance information by evaluating the past performance questionnaires completed by offeror's customers. A neutral rating will be assigned to an offeror that has no previous past performance experience. If the final rating is neutral, then past performance will not be given an acceptable or unacceptable rating and will not be counted in the final technical rating. The past performance evaluation will be based on the evaluation standards stated below in making a technical acceptability rating of each offeror's past performance questionnaire. PAST PERFORMANCE EVALUATION STANDARDS: (1) ACCEPTABLE - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performancerecord is unknown. (See note below.) (2) UNACCEPTABLE - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (3) NEUTRAL - Little or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered quote mark acceptable. quote mark III. FACTOR 3: PRICE The Government will select the offer that is based upon the lowest evaluated price, technically acceptable offer. All CLINS will be priced by the offeror. If the offeror fails to price all CLINS, the offer will not be considered for award. The extended amount for each contract line item will be added up for a grand total and will be used to calculate the offeror's total price for the Base Period and all Option Periods. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of option prices shall not obligate the Government to exercise the options). (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept a offer, (or part of the offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. It is the responsibility of the Offeror to ensure the offer is received. Please note the offer must be received by European Regional Contracting Office before closing date and time for this solicitation, or the offer will not be considered. SPECIAL NOTE: All vendors must be actively registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at https://www.sam.gov/. All proposals are due by January 4th 2013, before 10:00 am Central European Time. Offers may be sent via email to domenico.maddaloni@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, phone # 011 49 6371 86 7043 or at domenico.maddaloni@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F13R0002/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02943439-W 20121207/121205234720-a56305d545ac5b1fa27438efef808df5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.