Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2003 FBO #0460
SOLICITATION NOTICE

J -- Maintenance for Slide Retrieval Storage Systems, mfg. White Systems, Inc.

Notice Date
3/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
DADA15-03-T-0069
 
Archive Date
5/10/2003
 
Point of Contact
James Newell, 202 782-6104
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(james.newell@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial item services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Proposals are being r equested and a written solicitation will not be issued. DADA15-03-T-0069 is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-11. T his Procurement is solicited using Full and Open Competition, the Sic Code is 7699; the NAIICS Code is 811310; the FSC is J074. The Medcom Contracting Center, North Atlantic intends to issue a firm fixed price contract based on FAR Part 12 for maintenance for Slide Retrieval Systems, at the Armed Forces Institute of Pathology, 6815 16th Street, NW, Washington, DC 20306-6000. The Government intends to contract with White Systems, Inc., for maintenance services for Slide Retrieval Storage Systems, Model W B34, 4 each, Lightree 8 each, IPC 2 each, Displays 30 each, Model HP44 8 each, Storbots 4 each, PLC 4 each. The maintenance service includes 2 Preventive Maintenance Inspections PMIs at 6-month intervals. Unlimited Emergency Repair Services, Calibrati on and systems Software and Hardware Upgrades when made available during each contract period. The response time for emergency repair service is within twenty-four (24) continuous hours after notification, excluding weekends and Federal Holidays. The con tract will be issued for a Base Period with 3 Option Periods, not to exceed 4 years. Payments will be made Quarterly in accordance with FAR 52.232-25 Prompt Payment and FAR 52.232-1 Payments and FAR 52.232-33 Payment by Electronic Funds Transfer-Central C ontractor Registration. The following Federal Acquisition Regulation (FAR), Provisions and Clauses are incorporated and shall remain in full force in the resulting contract. FAR52.212-1 Instruction to Offerors-Commercial Items, FAR 52.212-2 Evaluation-C ommercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.222-21 Probition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Vet erans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 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, FAR 52.225-1 3 Restriction on Certain Foreign Purchases, FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegitation, FAR 52.245-4 Government Furnished Property, DFAR 252.201-7000 Contracting Off icer?s Representative, DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Or ders Applicable to Defense Acquisitions of Commercial Items. Proposals will be evaluated in accordance with FAR clause 52.212-2. The Government will award a contract resulting from this solicitation/synopsis to the responsible offeror whose offer confor ming to the solicitation/synopsis will be most advantageous to the Government, price and other factors considered. The Government reserves the right to make award on the initial proposal received without discussions. The Government will consider all pro posals received by March 11, 2003, time 1:30 pm. FULL TEXT OF THE Federal Acquisition Regulations (FAR) and DFAR) may be accessed on the Internet at www.deskboo k.osd.mil and Defense Federal Acquisition Regulations Supplemental at www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register, (CCR) in order to receive an award. Interested parties shall provide detailed informa tion on proposed technical, past performance and price for proposed service contract, which clearly meet the requirements stated above. Responses may be via e-mail or on company letterhead; Include company?s name, point of contact, address, phone number, Duns Number, Tax ID, and solicitation number. Responses may be FAXED to (202) 782-0806 Attn: James Newell or e-mail to james.newell@na.amedd.army.mil.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5001
Country: US
 
Record
SN00271188-W 20030307/030305213741 (fbodaily.com)
 
Source
FedBizOpps.gov 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.