Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOLICITATION NOTICE

65 -- Maintenance Service and Repairs to the Endoscope Reprocessing System - PWS

Notice Date
4/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-16-T-0082
 
Point of Contact
Angela Dexter, Phone: 3604860708
 
E-Mail Address
angela.a.dexter.civ@mail.mil
(angela.a.dexter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement 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 solicitation W81K02-16-T-0082, under GFEB PR 0010854546 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 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 $20.5M This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. The contractor shall provide maintenance service for Madigan Army Medical Center (MAMC), Tacoma, WA. The proposed contract is for a base period plus one option year. All responsible Contractors shall provide an offer for the following CLINs and option line items: CLIN 0001: The contractor shall provide a fully qualified technician to perform maintenance service and repairs to the Endoscope Reprocessing System in accordance with the attached Performance Work Statement (PWS) under the Original Equipment Manufacturer (OEM) standard specifications. Quantity: 4; Unit Issue: Quarter Time. EQUIPMENT LISTING Nomenclature MMCN Serial No. Model Manufacturer Endoscope Reprocessing System 15155 72564183 DSD-201LT Minntech Endoscope Reprocessing System 15154 72564178 DSD-201LT Minntech Endoscope Reprocessing System 46074 645600-027 DSD-201LT Minntech Endoscope Reprocessing System 46075 645600-028 DSD-201LT Minntech Endoscope Reprocessing System 46077 645600-030 DSD-201LT Minntech Endoscope Reprocessing System 46076 72564173 DSD-201LT Minntech CLIN 0002: Contractor Man Power Reporting: Quantity: 1, Unit of Issue: EA CLIN 1001 Option One: The contractor shall a provide fully qualified technicians to perform maintenance service and repairs to the Endoscope Reprocessing System in accordance with the attached Performance Work Statement under the Original Equipment Manufacturer (OEM) standard specifications. Quantity: 4; Unit Issue: Quarter Time. EQUIPMENT LISTING CLIN 1002 Option One: Contractor Manpower Reporting: Quantity: 1, Unit of Issue: EA Specification • Equipment MUST meet the proper functioning under the Original Equipment Manufacturer (OEM) standard specifications and FDA guidelines. EVALUATION OF FACTORS: a. Contractor shall provide technical Service on site. b. Contractor MUST provide OEM repair parts and NO refurbished parts or equipment will be accepted. c. Must be able to provide maintenance within 24 hours of being contacted. d. All repairs MUST be completed within minimum time, but not to exceed 2 Working days. e. Contractor Must provide repair parts fully warranted for 90 days following PM completion. f. Contractor Must be able to perform the maintenance service under the OEM and FDA guidelines. g. Contractor shall provide a detailed itemized maintenance report on all services performed. h. Contractor performance for the listed equipment will be measured at 100% for maintenance completion. Award will be made based on Lowest Price Technical Acceptable Only (LPTA). The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors 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. 52.212-1 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, 52.217-8 Option to Extend the dTerm of the Contract, 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, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors;,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the award, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Representation, 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, 52.223-3, Hazardous Material Identification and Material Safety Data.'52.233-3 Protest After Award; 52.233-4 applicable Laws for Breach of Contract Claim (Oct 2004);52.237-3 Continuity of Service, 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,252.203-7000 Requirements Relating to Compensation of former DOD Officials (Sep 2011); 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013);252.204-7003 Control of Government Personnel Work Products (Apr 1992); 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting;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, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests,252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts)(Jun 2012); 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 THE METHOD OF PAYMENT WILL BE BY GOVERNMENT CREDIT CARD. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam/gov Place of Delivery: Madigan Army Medical Center Bldg 9040 Fitzsimmons Drive Joint Base Lewis-McChord Tacoma, WA 98431-5000 ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-16-T-0082/listing.html)
 
Record
SN04091548-W 20160423/160421234753-ca34a709dd0cf6ced9542ed1527b5d5b (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.