Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
MODIFICATION

J -- Medical Equipment Maintenance

Notice Date
9/10/2007
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4621-07-T-0070
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Point of Contact
Teresa Underwood, Contract Specialist, Phone 316-759-4533, Fax 316-759-1411, - Brandon Stock, Contracting Officer, Phone 316 759-4525, Fax 316 759-1411,
 
E-Mail Address
teresa.underwood@mcconnell.af.mil, brandon.stock-02@mcconnell.af.mil
 
Description
The 22d Contracting Squadron (CONS) of the 22d Air Refueling Wing announces the projected solicitation for Medical Equipment Maintenance on McConnell AFB, Kansas 67221. Anticipated workload consists of providing all personnel, equipment, tools, supervision and other items and services necessary to the contractor must meet licensing requirements for each piece of equipment. The contractor shall provide the Medical Clinic with services for maintaining the following equipment: Computer Radiography Readers (2/EA) Serial # 36726480B and 36726481B, AS4/IBM MicroScan AutoScan, Ultrasound Machine Serial#019WGQ, Excell Bone Densitometer #1637, Phillips X-Ray System Machine Serial#0300037, Coulter HmX A/L Hematology Flow Cytometer ID #432462, Image Checker DX and a Checkmate Digital Mammography System in accordance with Statement Of Work (SOW). North American Industrial Classification System (NAICS): 811219. Small Business Size Standard: $6,500,000.00. The Government contemplates issuing a Full and Open Request for Quotation (RFQ) with Price as the evaluation factor. The RFQ shall solicit for the award to a Firm Fixed Price (FFP) contract on or about 27 September 2007. Services shall be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The expected award shall consist of one year period of performance (28 September 2007 through 27 September 2008). The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages and the Statement of Work shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the Fed BizOpps website for the release of the solicitation package, which should be on or about 10 September 2007, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a quote subsequent to the solicitation described herein MUST be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely quotes being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Contractors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. NOTICES: Any data submitted in response to this announcement is done so under the pretense of strict volunteerism; the Government shall not pay for any information submitted in response to this request. Submittals with restrictive markings shall be handled in accordance with the restrictions thereto. The solicitation subsequent to this announcement may be cancelled and all offers rejected before award but after solicitation closing date when cancellation is clearly in the public?s interest. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Per AFFARS 5352.201-9101: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Place of Performance
Address: McConnell AFB, KS
Zip Code: 67221-3606
Country: UNITED STATES
 
Record
SN01401021-W 20070912/070910221036 (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.