SOLICITATION NOTICE
J -- Service Maintenance for Medivators DSD-201LT Dual Basie AER - Statement of work
- Notice Date
- 6/9/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N0025917Q0120
- Archive Date
- 7/11/2017
- Point of Contact
- Renier Valdez, Phone: 6195325357
- E-Mail Address
-
renier.s.valdez.civ@mail.mil
(renier.s.valdez.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of work NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for a service maintenance requirement prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. The proposed contract action is for Service Maintenance for a Medivators DSD-201LT Dual Basin AER, Ser # 628880-041, ECN 103064 with four option years 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 N0025917Q0120is issued as a Request for Quotation (RFQ). This is a small business set-aside. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Service ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, CA 92134-5000. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FACTOR 1: Technical Capability: Must be able to meet all requirements listed below. The scope of work performed under these specifications includes the furnishing of all labor, parts to perform all repairs, preventive maintenance on equipment listed, and to assure continued operation at their designed efficiency and capacity. Refer to Statement of Work for further guidance. Service maintenance will be provided in accordance with the attached Statement of Work. FACTOR 2: Past Performance: Past performance will be rated on an "acceptable" or "unacceptable" basis using the rating table below: Performance Evaluation Ratings Description 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 performance record is unknown. 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. 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, "unknown" shall be considered "acceptable." FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers. Technical Capability and Past Performance, when combined, are more significant than price. Contractors who do not meet both of the first two factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. CLIN 0001, Service Maintenance for a Medivators DSD-201LT Dual Basin AER, Ser # 628880-041, ECN 103064; POP: 06JUL2017 to 05JUL2018 Quantity: (4), Unit of Issue: Quarterly Unit Price: tiny_mce_marker___________ Total CLIN Price: tiny_mce_marker___________ CLIN 1001, Service Maintenance for a Medivators DSD-201LT Dual Basin AER, Ser # 628880-041, ECN 103064; POP: 06JUL2018 to 05JUL 2019 Quantity: (4), Unit of Issue: Quarterly Unit Price: tiny_mce_marker___________ Total CLIN Price: tiny_mce_marker___________ CLIN 2001, Service Maintenance for a Medivators DSD-201LT Dual Basin AER, Ser # 628880-041, ECN 103064; POP: 06JUL2019 to 05JUL2020 Quantity: (4), Unit of Issue: Quarterly Unit Price: tiny_mce_marker___________ Total CLIN Price: tiny_mce_marker___________ CLIN 3001, Service Maintenance for a Medivators DSD-201LT Dual Basin AER, Ser # 628880-041, ECN 103064; POP: 06JUL2020 to 05JUL2021 Quantity: (4), Unit of Issue: Quarterly Unit Price: tiny_mce_marker___________ Total CLIN Price: tiny_mce_marker___________ CLIN 4001, Service Maintenance for a Medivators DSD-201LT Dual Basin AER, Ser # 628880-041, ECN 103064; POP: 06JUL2021 to 05JUL2022 Quantity: (4), Unit of Issue: Quarterly Unit Price: tiny_mce_marker___________ Total CLIN Price: tiny_mce_marker___________ NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-95. This acquisition incorporates the following provisions: 52.204-7 System for Award Management (JUL 2013) 52.204-16 Commercial and Government Entity Code Reporting 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following clauses, incorporated by reference, apply to this acquisition: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108- 78) 52.204-10 Reporting Executive Subcontract Awards (JUL 2013) 52.209-6 Protecting the government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set Aside (NOVE 2011) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.232-18 Availability of Funds (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.247-34 F.O.B. Destination (FEB 2006) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002 Requirement to inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEV) (OCT 2015) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEC 2015) 252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Offerors (MAY 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.225-7001 Buy American and Balance of Payments Program (AUG 2016) 252.225-7002 Qualifying Country Sources As Subcontractors (AUG 2016) 252.225-7048 Export Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to renier.s.valdez.civ@mail.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 26 June 2017, 06:00AM Pacific.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0120/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04539672-W 20170611/170609234629-5c6a2087985e7cf61b7a4fe4e09ab683 (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 |