MODIFICATION
J -- Protection Plan Service - Solicitation 1
- Notice Date
- 8/11/2014
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-14-T-0260
- Point of Contact
- Jojie N. Urrete, Phone: 6195328084
- E-Mail Address
-
jojie.urrete@med.navy.mil
(jojie.urrete@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- statement of Work Service Maintenance Laporoscopes The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Lumenis Inc. ADDRESS: 2033 Gateway PL STE 200 San Jose Ca. 95110-3714, phone 858-812-1303 under the authority of FAR 13.106-1(b) (1). This COMBINED SOLICITATION/SYNOPSIS for commercial items, prepared in accordance with the information in FAR subpart 12.6, as supplemented with additional information included in this notice. 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. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-14-T-0260 is issued as a request for quotation (RFQ). The closing date is August 14, 2014 @ 10:00 AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-75. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; http://acquisition.gov/FAR. The Lumenis Inc. (NAICS) Code for this acquisition is 811219; Size: $20.5 Naval Medical Center San Diego requests responses from qualified sources capable of providing the following service IAW Statement of Work with 4 Option Years. CLIN 0001 BASE YEAR Total Protection Plan Service S/N 123SEREIS015 ECN: 103578 IAW Statement of Work. POP: 15 AUG 2014 to 14 AUG 2015. QTY: 2 Unit of Issue: Semi/A Price: ___________ CLIN 1001 OPTION YEAR 1 Total Protection Plan Service S/N 123SEREIS015 ECN: 103578 IAW Statement of Work. POP: 15 AUG 2015 to 14 AUG 2016. QTY: 2 Unit of Issue: Semi/A Price: ___________ CLIN 2001 OPTION YEAR 2 Total Protection Plan Service S/N 123SEREIS015 ECN: 103578 IAW Statement of Work. POP: 15 AUG 2016 to 14 AUG 2017. QTY: 2 Unit of Issue: Semi/A Price: ___________ CLIN 3001 OPTION YEAR 3 Total Protection Plan Service S/N 123SEREIS015 ECN: 103578 IAW Statement of Work. POP: 15 AUG 2017 to 14 AUG 2018. QTY: 2 Unit of Issue: Semi/A Price: ___________ CLIN 4001 OPTION YEAR 4 Total Protection Plan Service S/N 123SEREIS015 ECN: 103578 IAW Statement of Work. POP: 15 AUG 2018 to 14 AUG 2019. QTY: 4 Unit of Issue: Semi/A Price: ___________ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010) 52.209-6 Protecting the Government's Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7001 Buy American 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 Requests (MAR 2007) 252.232-7006 Wide Workflow Payment Instructions (MAY 2013) NMCAR SUPPART 5237.102 Service Contracts General RAPID GATE: NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the fair and reasonable to the Government, price and other factors considered. The following factors are to be used to evaluate offers: 1.) Technical Capability 2.) Past performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years and 3.) Price Technical capability and past performance, when combined, are more important than price. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Jojie Urrete on or before 10:00AM PST on August 14, 2014. Email: jojie.urrete@med.navy.mil. Submitter should confirm receipt of email submissions. Please address all questions via e-mail and the deadline for all questions is August 14, 2014 @ 1000 AM PST. Questions received after this date will not be considered. All answers to the questions will be posted at the same time before the due date of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0260/listing.html)
- Record
- SN03460786-W 20140813/140812000021-e2f1e84e190e8cdc583f6b972cc3a210 (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 |