Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
SOLICITATION NOTICE

Q -- Laser Maintenance

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-P0530455633021005F
 
Response Due
11/15/2005
 
Archive Date
11/30/2005
 
Point of Contact
Lois Watts, Contract Specialist, Phone (301)981-2306, Fax (301)981-1914, - Dennis Alber, Contract Specialist, Phone (301)981-2342, Fax (301)981-1913,
 
E-Mail Address
Lois.Watts@andrews.af.mil, Dennis.Alber@andrews.af.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Description 1. Software maintenance, software subscription, and service agreement for preventive maintenance of five medical lasers for Malcolm Grow Medical Center, Andrews AFB, MD. DUE: 15 November 2005, 1000 hours Eastern Standard Time (EST). Point of Contact: Lois Watts, (301) 981-2306, Contract Specialist. 2. This solicitation is 100% veteran-owned small business set-aside. 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. 4. This announcement constitutes the only solicitation, proposals are being requested and a separate written solicitation will not be issued. 5. The North American Industry Code is 811219 and the business size standard is $6 Million. 6. The Government contemplates award of a firm fixed price contract resulting from this combined synopsis/solicitation. 7. Contract Line Items (CLIN) 0001: Description: Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and all other items and services necessary for scheduled preventive maintenance inspections, calibration, on-call corrective maintenance, and as-needed parts and service for the equipment listed in the Performance Work Statement. Period of Performance will be 1 October 05 ? 30 September 06. 8. Delivery is to be FOB: Destination to Andrews AFB, Maryland. 9. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items applies. Addendum to Paragraph (b)(10), Past Performance- Delete entire paragraph. Substitute Past Performance will not be used as evaluation criteria but will be used to determine contractor responsibility. Paragraph (h), Multiple award- Delete entire paragraph. Substitute Single Award. The Government plans to award a single contract resulting from this solicitation. (B) The provision at FAR 52.212-2, Evaluation-Commercial Items applies. Addendum to Paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal is in conformance with the specifications/statement of work, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Contractor submitting offeror for or equal items must provide descriptive literature. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is (301) 981-1914. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a), The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 10. Offerors are required to complete the attachments that will follow in an amendment, which includes; an Informational Sheet; and Bid Schedule. To receive a copy of the below items in Word format contact the POC. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. A change to the attachment is not allowed. If changes are made, your quote may be considered non-responsive and responsible. If prospective offeror quotes an equal item, they must also provide specifications of each equal item with their quote. 11. In addition to the above, the following FAR provisions and clauses apply: 52.232-18 Availability of Funds; 52.212-4 Contract terms and Conditions-Commercial Items; 52.219-6, Extras. 12. The following DFARS clauses and provisions apply: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004, Required Central Contract Registration. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. 13. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach nor does it obligate the Government to pay for any quotation preparation cost 14. Proposals must be received no later than 1000 hours EST; 15 November 2005. Facsimile proposals will be accepted at 301/981-1914. Point of Contact: Lois Watts, Phone 301/981-2306, or MSgt Dennis Alber at (301) 981-2310, Fax 301/981-1914, and Email Lois.Watts@andrews.af.mil. The information sheet, the PWS, and the bid schedule will be posted separately. To request a WORD document, please call Ms Watts at (301) 981-2306.
 
Place of Performance
Address: Andrews AFB MD
Zip Code: 20762
Country: US
 
Record
SN00928755-W 20051110/051108212640 (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.