SOLICITATION NOTICE
J -- Annual Maintenance Service of Hologic DR X-Ray System
- Notice Date
- 12/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060414T3021
- Response Due
- 1/6/2014
- Archive Date
- 1/21/2014
- Point of Contact
- Nelson Uehara 808-473-7681
- E-Mail Address
-
nelson.uehara@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Annual Maintenance Service of Hologic DR X-Ray System The Fleet Logistics Center (FLC) Pearl Harbor intends to award a sole source, unrestricted Firm-Fixed Price contract to Hawaii Pacific X-Ray Corp, 3375 Koapaka Street, Suite D140, Honolulu, Hawaii 96819. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Parts 12 and 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-14-T-3021. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-71 and DFARS Change Notice 20131220. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 621512 and the Small Business Standard is $14.0M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Funding is subject to the Continuing Resolution Authority. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, One (1) group “ Annual Maintenance Service in accordance with the Performance Work Statement (PWS) of a Hologic X-Ray System, comprised of a RADEX DR311 Wall Stand X-Ray, Radiographic X-ray table MS200, Generator VZW2553RD3-01, computer hardware (DRAC & DROC), monitor, keyboard interface, Catella viewer and gateway. Period of performance is 12 months; Delivery Location is Joint POW/MIA Accounting Command Central Identification Laboratory 310 Worchester Avenue, Bldg. 45 Joint Base Pearl Harbor Hickam, Hawaii 96853-5530. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-2, Security Requirements; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; If Quoters have not updated the Representations and Certifications in the System for Award Management (SAM), they shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alternate A, System for Award Management; 252.209-7998, Representation Regarding Conviction of a Felony Criminal; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023, Alternate III, Transportation of Supplies by Sea; 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that ” (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that ” (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 5252.243-9400, Authorized Changes Only By The Contracting Officer (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: ADDRESS: TELEPHONE: This announcement will close at 1:00PM Hawaii Standard Time on January 6, 2014. Contact Nelson Uehara who can be reached at 808-473-7681 or email nelson.uehara @navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters are required to be registered in the SAM database prior to submitting invoices. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3021/listing.html)
- Record
- SN03259658-W 20140102/131231234508-a622bbedee0e24747c1aff97b05442a7 (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 |