Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
SOLICITATION NOTICE

65 -- Media Injector Maintenance - Injector Maintenance Requirement

Notice Date
9/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-09-Q-b030
 
Archive Date
10/5/2009
 
Point of Contact
Stephen M. Colton, Phone: 7026523365
 
E-Mail Address
Stephen.Colton@nellis.af.mil
(Stephen.Colton@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Media Injector Requirement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. SOLICITATION #: Injector Maintenance This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 334510 This combined synopsis/solicitation. This solicitation is for full and open and unrestricted competition. Nellis AFB, Las Vegas, NV requires a contract for: a standard maintenance agreement for three MEDRAD Media Injectors at the Nellis AFB Hospital. Nellis AFB requires a contract for one base year and four one year option period listed as below CLIN 0001 Maintenance OCt. 1, 2009 - Sept. 30, 2010 CLIN 1001aintenance OCt. 1, 2010 - Sept. 30, 2011 CLIN 2001 Maintenance OCt. 1, 2011 - Sept. 30, 2012 CLIN 3001 Maintenance Oct 1, 2012 -Sept. 30 2013 CLIN 4001 Maintenance Oct 1, 2013 -Sept. 30 2014 The maintenance agreement is to be for a standard commercial MEEDRAD preventative and corrective maintenance agreement or its equivalent. Coverage is to include but not limited to those services in the below PWS. The models and serial numbers are also listed in the attachment. THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-36 effective 11 August 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.217-5 Evaluation Of Options, FAR 52.217-8 Extension of Services, FAR 52.217-9- Option to Extend The Term of The Contract FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-41- Service Contract Act, FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires,. 52.222-43 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts), 52.223-5 -- Pollution Prevention and Right-to-Know Information, FAR. 52.223-10 -- Waste Reduction Program, FAR 52.225-3- Buy American Act -Free Trade Agreements - Israeli Trade Act FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, FAR 52.232-18-Availability of Funds, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation., FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to stephen.colton@nellis.af.mill no later than 20 Sept. 2009, 4PM Pacific time. PWS PERFORMANCE WORK STATEMENT (PWS) TO MAINTAIN THE 99TH MDG MEDRAD CONTRAST MEDIA INJECTORS SW-1 SCOPE: To provide all labor, tools, parts, materials, facilities, and transportation necessary to maintain the 99th Medical Group Contrast Media Injectors currently made by MEDRAD. SECTION TITLE SW2-23 SUMMARY OF WORK SW-2 LOCATION: The project site is located at Nellis Air Force Base, approximately nine miles north of Las Vegas, Nevada on US Highway 15. The exact location is building 1300, 4700 Las Vegas Boulevard North, at the Mike O'Callaghan Federal Hospital. SW-2.1. Work will be accomplished by certified technician(s) holding a current company certificate of competency. SW-2.2. No work will be accomplished outside of the United States of America. SW-3 DESCRIPTION OF WORK: The work to be accomplished under this PWS shall include, but is not limited to the following. SW-3.1 Perform scheduled preventative maintenance checks and calibrations of equipment. An initial assessment to determine the cause of failure and determine a course of corrective action. SW-3.2 Perform an initial assessment to determine the cause of failure and determine a course of corrective action, inform this office of any required repairs. SW-3.3. Commence system response / repairs within 4 hrs of notification. SW-3.4. Provide software upgrades and maintenance as required to keep our system up to date with the latest technology. SW-3.5. Provide report of work accomplished and comprehensive listing upon completion of repairs. Final report shall be due within 3 duty days of repairs. SW-3.6. Vendor will warrant all service and repairs for a period of 30 days labor / 90 days parts. SW-4 QUALIFICATIONS: Must be certified to work on MEDRAD Media Contrast injector equipment. SW-5 CODES: Contractor shall comply with current Occupational Safety and Health Administration, Labor Department and Nevada codes, laws, and regulations as applicable to this statement of work. SW-6 PERMITS: Contractor shall posses or obtains all licensure and permits necessary to accomplish this statement of work. SW-7 WASTE AND DISPOSAL: Not applicable. SW-8 HAZARDOUS WASTE: Not applicable. SW-9 DUST CONTROL AND CLEAN UP: Not applicable. SW-10 SECURITY: The contractor shall provide physical security for the materials and work under his control. Any staff that will work on-site will be capable of passing government background check. A list of on-site staff will be provided to the government no later than 96 hours prior to arrival. Staff working on-site will be issued a hospital identification card that must be returned upon completion of work and prior to payment. SW-11 MATERIAL STORAGE: Not applicable. SW-12 FIRE PREVENTION AND PROTECTION: Not applicable. SW-13 FACILITIES DAMAGE: Vendor shall be responsible for any damage to the facility caused by their personnel and repair these items to original condition. SW-14 COORDINATING AND SCHEDULING: The contractor will coordinate all work through the Biomedical Equipment office at extension 702 653 2943. SW-15 SCHEDULE OF WORK OPERATION: Not applicable. SW-16 WORKING HOURS: On-site work will be accomplished between 0730 -1630 hours Monday through Friday. SW-17 SAFETY: On-site staff will comply with safety requirements as they pertain to work being accomplished. The Biomedical Maintenance office will provide all required safety briefings to ensure the safety of vendor staff. SW-18 PROTECTION OF PERSONS AND PROPERTY: Not applicable. SW-19 FINAL INSPECTION: Not applicable. SW-20 UTILITIES: Not applicable. SW-21 AS-BUILT DRAWINGS: Not applicable. SW-22 SUBMITTALS: Not Applicable. SW-23 HAUL ROUTE CLEAN-UP: Not applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-09-Q-b030/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01946734-W 20090911/090910000337-339095adc39727ecc23b3524233d421f (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.