SOLICITATION NOTICE
Q -- Mobile MRI - FA4600-15-R-0002 Mobile MRI
- Notice Date
- 1/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
- ZIP Code
- 68113-2107
- Solicitation Number
- FA4600-15-R-0002
- Point of Contact
- Mark A. Phillips, Phone: 4022944352, Daniel H. Halverson, Phone: 4022325993
- E-Mail Address
-
mark.phillips.6@us.af.mil, daniel.halverson@offutt.af.mil
(mark.phillips.6@us.af.mil, daniel.halverson@offutt.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- FA4600-15-R-0002 Mobile MRI Solicitation COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 be issued. The reference number applicable to this announcement is RFP FA4600-15-R-0002. This solicitation is being issued as a request for proposal (RFP), FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This combined synopsis/solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-76, dated 25 Jul 14. This requirement is set-aside 100% for Service-Disabled Veteran-Owned Small Business. North American Industry Classification System Code (NAICS) is 621512 - Diagnostic Imaging Centers, with a size standard of $14.0M. All qualified small businesses under this industry are encouraged to submit proposals. DESCRIPTION OF REQUIREMENT: Lease and Maintain Mobile MRI, non-personal services on site at the 55 MDG, Offutt AFB, NE in accordance with attached Performance Work Statement. CONTRACT LINE ITEM NUMBERS (CLIN's): Pages 3 through 5 of solicitation FA4600-15-R-0002: CLIN 0001 - Mobile MRI Services Base Year PoP: 1 Apr 2015 to 31 Mar 2016 CLIN 1001 - Mobile MRI Services Option Year 1 PoP: 1 Apr 2016 to 31 Mar 2017 CLIN 2001 - Mobile MRI Services Option Year 2 PoP: 1 Apr 2017 to 31 Mar 2018 CLIN 3001 - Mobile MRI Services Option Year 3 PoP: 1 Apr 2018 to 31 Mar 2019 CLIN 4001 - Mobile MRI Services Option Year 4 PoP: 1 Apr 2019 to 31 Mar 2020 CLIN 5001 - Mobile MRI Services 6 Month Ext PoP: 1 Apr 2020 to 30 Sep 2020 DELIVERY OR PLACE OF PERFORMANCE INFORMATION: F3H4A1 - 55MDSS 2501 CAPEHART RD OFFUTT AFB NE 68113 REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) SPECIAL INSTRUCTIONS : Contractrors shall be required to return the attached Standard Form 1449 Solicitation FA4600-15-R-0002, signed and filled in appropriately as their proposal along with any additional information required to be submitted by FAR 52.212-1 Addenda and any additional fill-in provisions. If contractors submit a proposal other than on the attached solicitation FA4600-15-R-0002, proposal must contain enough information to allow for adequate award consideration such as CAGE code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (If applicable), Date proposal expires, warranty, Line item unit price, and Total cost. Contractors are required to propose on all line items referenced above. Incomplete proposals will not be evaluated for consideration of award. All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. 52.222-17, Nondisplacement of Qualified Workers and 52.222-41, Service Contract Act are applicable for this requirement. PROPOSAL DUE DATE AND TIME: 17 FEB 2015 2:00 PM CST LATE PROPOSALS: Contractors are responsible for submitting proposals, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. Proposals or modification of proposals received at the address specified for the receipt of proposals after the exact time specified for receipt of proposals WILL NOT be considered (ref. FAR 52.212-1(f)). ANTICIPATED AWARD DATE: 1 MAR 2015 CONTRACTING OFFICE CONTACT INFORMATION: All proposals and questions pertaining to this solicitation shall be sent by mail or email to the address below. christopher.raney@us.af.mil 55 CONS/LGCB 101 Washington Square Building 40 Offutt AFB, NE 68113-2108 CLAUSES AND PROVISIONS: See attached solicitation FA4600-15-R-0002, pages 6 through 70 for applicable clauses and provisions. The proposal shall be limited to 10 pages, typed at 10 pitch or larger type, single spaced, and single sided, on sheets 8.5" X 11" with 1" margins. This page limitation is inclusive of indexes, photographs, fold-outs, appendices, and attachments. ADDENDUM 1 TO FAR 52.212-1 ADDENDUM 1 to FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. In addition to requirement of 52.212-1(b)(4) the offeror shall submit the following additional technical information: Provide a capability statement of the offered equipment which will meet or exceed the minimum specifications as prescribed within the PWS Section 4, Appendix 1, Paragraph 1.0. 2. In accordance with the requirement of 52.212-1(b)(10) the offeror shall submit recent and relevent past performance information: 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, "unknown" shall be considered "acceptable." 3. The proposal shall be limited to 10 pages, typed at 10 pitch or larger type, single spaced, and single sided, on sheets 8.5" X 11" with 1" margins. This page limitation is inclusive of indexes, photographs, fold-outs, appendices, and attachments (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a 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. The following factors shall be used to evaluate offers: i - Technical Acceptability (Offer must meet minimum requirements as stated in the Performance Work Statement (PWS). Location of description is listed below.) Provide a capability statement of the offered equipment which will meet or exceed the minimum specifications as prescribed within the PWS Section 4, Appendix 1, Paragraph 1.0. Equipment - Section 4, Appendix 1, Paragraph 1.0 of the PWS. ii - Price iii - Past Performance Technical and past performance, when combined, are less important than price. Past Performance will be rated on an "acceptable" or "unacceptable basis. Recency: in order for past performance to be considered recent, performance must be ongoing or must have been performed within the last five (5) years from date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. Relevancy: relevant performance information will be based on; performance involving the service and/or support and complexity as this solicitation requires. 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, "unknown" shall be considered "acceptable." (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options IAW FAR 52.217-9 "Option to Extend the Term of the Contract" to the total price for the basic requirement. The 6 month option period IAW FAR 52.217-8 "Option to Extend Services" will also be evaluated as part of the total price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an 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 offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) PROVISIONS REQUIRING OFFEROR FILL IN: FAR 52.212-3 must be filled in and returned with proposals if offerer does not currently have the Representations and Certifications section of their SAM.gov registration filled out. ADDITIONAL PROVISIONS THAT MUST BE FILLED IN AND RETURNED ARE LISTED BELOW: DFARS 252.209-7993 DFARS 252.209-7994 DFARS 252.247-7022
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-15-R-0002/listing.html)
- Place of Performance
- Address: 55 MDSS, 2501 Capeheart Rd. Bldg. 4000, Offutt AFB, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN03618945-W 20150118/150116234654-78f20c16c446032054dc3e6ea0926289 (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 |