COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS
J -- J-PREVENTIVE MAINTENANCE AGREEMENT (PMA) AND EMERGENCY REPAIR OF PROCESSORS
- Notice Date
- August 20, 2001
- Contracting Office
- Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
- ZIP Code
- 23665
- Solicitation Number
- F44600-01-T-0029
- Response Due
- August 31, 2001
- Point of Contact
- Anthony Watson, Contract Specialist, Phone 757-764-2175, Fax 757-764-7447, Email anthony.watson@langley.af.mil -- James Chapman, Contracting Officer -- Team Leader, Phone 757-764-5520, Fax 757-764-7447, Email james.chapman@langley.af.mil
- Description
- (i) 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 not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://eps.satx.disa.mil. (ii) Solicitation F44600-01-T-0029 is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20001213. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iv) This is an unrestricted acquisition. The North American Industry Classification System (NAICS) is 443130 with a small business size standard of $5,000,000 averaged annually. (v) The 1st Contracting Squadron has a requirement to provide preventive maintenance agreement (PMA) service and emergency repair of 8 each processors for the main hospital and base dental clinic for Langley AFB to include furnishing all labor, tools, parts, materials, facilities and transportation necessary. This requirement will be for a basic year plus 4 option years and should be quoted as such with the years priced separately. CLIN 0001 PMA and Emergency Repair for 8 each Processors for Basic Year. CLIN 0002 Silver Recovery System/Wash Water Treatment System for Basic Year. CLIN 1001 PMA and Emergency Repair for 8 each Processors for Option Year 1. CLIN 1002 Silver Recovery System/Wash Water Treatment System for Option Year 1. CLIN 2001 PMA and Emergency Repair for 8 each Processors for Option Year 2. CLIN 2002 Silver Recovery System/Wash Water Treatment System for Option Year 2. CLIN 3001 PMA and Emergency Repair for 8 each Processors for Option Year 3. CLIN 3002 Silver Recovery System/Wash Water Treatment System for Option Year 3. CLIN 4001 PMA and Emergency Repair for 8 each Processors for Option Year 4. CLIN 4002 Silver Recovery System/Wash Water Treatment System for Option Year 4. (vi) CLIN 0001 preventive maintenance includes providing all chemical developers, fixer, starter and disposition of the same chemicals when spent on routine monthly basis and includes all service calls prior to and subsequent to regular preventive maintenance. 5 each processors are Kodak model no?s; M35AM Xomat, M6B, 2180, 300 and 700; Gendex GXP model # 400-1352387DP; Air Techniques model # A/T 2000XR and 2000 Plus. CLIN 0002 Silver Recovery and Wash Water Treatment services required must result in acceptable radiological images meeting Food and Drug Administration (FDA), National Image Quality Standards, and applicable local, state and federal laws or regulations pertaining to hazardous waste disposal and recycling. The Contractor must have a valid Virginia State Industrial Waste permit. Disposing of any product or residue material after process into the sewer system is not authorized or allowed. (vii) Delivery. Contractor shall perform all maintenance on site at 1st Medical Group, 73 Cherry Street, Building 272, Langley Air Force Base VA. Work will be performed between normal duty hours of 7:30 a.m. ? 4:30 p.m., Monday through Friday excluding federal holidays. Service calls will be placed by the personnel from the following offices at Langley AFB; Medical Logistics Staff, Medical Maintenance Staff, Base/Hospital Dental Staff, Bethel Clinic Staff and Hospital Radiology Department Staff. If any items require removal from the premises for maintenance, the Contractor will be responsible for providing a loaner replacement until the item is returned at no additional cost to the Government. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2000), is hereby incorporated by reference. Addendum to FAR 52.212-1 Offerors must submit a valid copy their Virginia State Industrial Waste permit along with a certification letter stating experience in servicing this type of equipment. Offers must be itemized and individually priced according to CLIN numbers or can be priced by each processor within each CLIN for basic year and the option year periods. (ix) Solicitation provision at FAR 52.212-2, Evaluation ? Commercial Items (JAN 1999), is hereby incorporated by reference. Evaluation ? Commercial Items (JAN 1999) (a) The Government will award a purchase order 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 capability of the offeror in performing maintenance to this type of equipment that meets the government?s requirement, (ii) response time of technicians to on-site location within 24 hours of notification and (iii) price. The Government reserves the right to evaluate technical compliance/delivery capability and make a best value decision. This could result in award to other than the lowest priced offer. The areas of technical capability and response time are of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the experience certification letter and having a Virginia State Industrial Waste permit. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2000), and 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with his/her offer. A copy of the Certifications and Representatives can be found at the following website: http://www.arnet.gov. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999) is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2000) (Deviation) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.217-9, 52.222-3, 52.222-21, 52.222-22, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.233-3, 52.237-3, 52.247-34, 52.252-2, 52.252-6, and 52.253-1. (xiii) Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (DEC 2000) (Deviation), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.204-7003 and 252.204-7004. (xiv) The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. (xv) There are no applicable Commerce Business Daily numbered notes. (xvi) This announcement will close and proposals are due by 2:00 PM (EDT) 31 Aug 2001. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCB, Attn: TSgt Tony Watson, 74 Nealy Avenue, Langley AFB, VA 23665-2088. Responsible sources may submit a proposal that shall be considered. Offers may be submitted via mail or facsimile. (xvii) POC: TSgt Tony Watson at 757-764-2175, fax 757-764-7447, or e-mail anthony.watson@langley.af.mil
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/1CONS/F44600-01-T-0029/listing.html)
- Record
- Loren Data Corp. 20010822/JSOL023.HTM (D-232 SN50V3V4)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|