SOLICITATION NOTICE
J -- Maintenance Services for Sterilization Plasma
- Notice Date
- 5/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU010T0090
- Response Due
- 6/3/2010
- Archive Date
- 8/2/2010
- Point of Contact
- Marisela Galarza, 915-569-1575
- E-Mail Address
-
Western Regional Contracting Office
(marisela.galarza@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for a full service on-site maintenance contract. Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform all scheduled and unscheduled maintenance for: Base Performance Period of 01 August 2010 through 31 July 2011 (to include 4 option periods ending 31 July 2015); LINE ITEM 0001 Full Service On Site Maintenance as described in the Performance Work Statement for Sterilization Plasma (MFG: Sterrad, Model: 2005, Serial Number: 10200070852), LINE ITEM 0002 Full Service On Site Maintenance as described in the Performance Work Statement for Sterilization Plasma (MFG: Sterrad, Model: NX, Serial Number: 10033070266), LINE ITEM 0003 Full Service On Site Maintenance as described in the Performance Work Statement for Sterilization Plasma (MFG: Sterrad, Model: NX, Serial Number: 10033070265), LINE ITEM 0004 Contracting Manpower Reporting (Report due NLT 31 Oct 2010). Contractor shall provide only technically qualified technicians who are formally trained on the equipment. Contractor shall provide one (1) preventive maintenance (PM), and one (1) annual calibration verification check (CVC); and shall perform the CVC in conjunction with the preventive maintenance services. Services during the time frame will include one (1) electrical safety current leakage test to determine the amount of electrical current electrical leakage to the case of the unit. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Standard Industrial Classification (SIC) $7.0. Federal Supply Class/Service (FSC/SVC) J065. This acquisition is Unrestricted. These Services are for William Beaumont Army Medical Center, Medical Maintenance Branch, 5005 N. Piedras, El Paso, TX 79920-5001. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum, the following changes are made to paragraph (c): UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract. (End of Addendum to paragraph 52.212-4 c). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), including 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 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, 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification, 52.222-50 Combat Trafficking in Persons, 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements, 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, 52.222-54 Employment Eligibility Verification; 52.223-5 Pollution Prevention and Right-to-Know Information, 52.225-13 Restriction on Certain Foreign Purchases; 52.228-5 Insurance Work On A Government Installation; 52.232-18 Availability of Funds, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-3 Continuity Of Services; 52.243-13 Bankruptcy; 52.245-1 Government Property; 52.245-9 Use and Charges; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.211-7003 Item Identification and Valuation, 252.211-7007 Reporting of Government-Furnished Equipment in the DOD Item Unique Identification (IUID) Registry, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 3 June 2010, 4:30 Mountain Standard Time. Submit offers via fax to (915) 569-1575 or email to Marisela.galarza@us.army.mil (Preferred) The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum, the following changes are made to paragraph (b): INSTRUCTIONS FOR PREPARATION OF QUOTES: Original quotes shall be submitted via E-Mail to Marisela.galarza@us.army.mil Or via fax to: FAX: 915-569-4736 ATTN: Marisela Galarza The quotes submitted must clearly identify this notice and the name of the contract specialist on the first page or subject line. Submitters bear the burden of ensuring that the quotes reached the designated contracting office on time and shall allow a reasonable time for facsimile transmissions to be completed. All pages of the transmission and attachments must reach the office before the deadline specified and pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The submitter bears the risk of non-receipt of facsimile transmission and shall confirm by telephone that any facsimile was received. Point of contact for this requirement is Marisela Galarza, 915-569-1575 (Marisela.galarza@us.army.mil). The offeror shall submit 1 copy of its entire quote. The submittal of an incomplete quote may render the quote unacceptable and will not be considered. WRITTEN DOCUMENTATION: Offeror shall prepare in two separate volumes and shall include the following: VOLUME I: ADMINISTRATIVE a. A quote on company letterhead with original signatures of a corporate officer authorized to negotiate for the company. Include name of the company, phone, fax numbers, email address (es), and schedule pricing for requirements. The offeror shall submit proposed pricing for all Line Item Numbers identified in the Request for Quotes, unless otherwise noted. The offeror shall submit pricing for the base period and each option period. b. Acknowledged and signed, Original copies of amendment(s) if applicable. The number of copies required will be shown on the SF 30. c. Completed copy of the Representations and Certifications at FAR 52.212-3 (Alternate I) and DFARS 252.212-7000. Complete annual representations and certifications electronically at http://orca.bpn.gov. d. The offeror shall provide (with its quote) points of contact for administration of the contract during offerors normal business hours and after normal business hours. The POC for other than normal business hours will be contacted only in the event of emergencies. Accordingly, the named individual(s) shall possess sufficient corporate authority to effectively deal with emergency situations and the telephone number provided should be functioning at all times other than normal business hours. VOLUME II: TECHNICAL CAPABILITY (FACTOR 1) This part of the technical quotes shall be addressed in sufficient written detail for the Government to determine if offerors understand this aspect of the Governments requirement. Provide, in writing, documentation of your companys technical expertise and experience in providing the required services to military medical treatment facilities or other private sector facilities. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of Addendum 52.212-1) 52.204-5 Women-Owned business Other Than Small Business; 52.233-2 Service of Protest. 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.209-7001 Disclosure of Ownership of Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and CertificationsCommercial Items. 52.212-2 Evaluation-Commercial Items; (a) The Government will award a contract 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: FACTOR 1 TECHNICAL CAPABILITY (Services must be performed by a manufacturers authorized repair technician at Governments facility where the equipment is utilized using only Original Equipment Manufacturer (OEM) replacement parts & components). FACTOR 2 PRICE To be technically acceptable provide technically qualified technicians available for performing services (i.e. resumes, certificates and/or any other documentation). Award will be to the lowest-priced technically acceptable offeror. Only those quotes considered technically acceptable will be further evaluated for price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision). 52.212-2 Addendum, includes the following to paragraph (a): The Government will evaluate each quote strictly in accordance with its contents. A quote that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such quotes may be determined unacceptable. Award will be made to the lowest-price, technically-acceptable offeror. Award will be made to the offeror that presents the quote that possesses all of the following characteristics: (1) meets the acceptability standards for non-price factors, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror, and (5) has the lowest price of those offerors meeting the first four characteristics listed here. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial offer shall contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. (End of 52.212-2 Addendum); 52.212-3 Offerors Representations and Certifications-Commercial Items. (Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial items or do so on-line at http://orca.bpn.gov). The following factors will be evaluated: Factor 1(TECHNICAL CAPABILITY). Factor 2 (PRICE). TECHNICAL CAPABILITY. The offerors Technical Quote consists of written documentation (Factor 1). The following adjectival ratings will be used in evaluating each offerors technical quote. To be considered technically acceptable, the offerors quote must receive a rating of satisfactory or higher. ADJECTIVEDEFINITION EXCELLENT The quote demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The quote has several exceptional strengths that will significantly benefit the government. The quote has no weaknesses or deficiencies. Normal contractor effort and normal government monitoring will be sufficient to minimize risk. The quote is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. GOODThe quote demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The quote has one or more strengths that will benefit the government. The quote has no deficiencies and any quote weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. The quote generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the government. SATISFACTORY The quote demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The quote has no strengths that exceed the requirement. The quote has no material weaknesses and no deficiencies. The quote has some weakness that can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will minimize any risk. The quote meets the minimum requirements; therefore, has an acceptable probability of successfully meeting the requirements. MARGINALThe quote fails to meet performance requirements and capability standards in one or more areas. The quote has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the entire quote. The quote has weaknesses or minor deficiencies that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special contractor emphasis, and close government monitoring. UNSATISFACTORYThe quote fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. The quote has major omissions, weaknesses or deficiencies, and inadequate details to assure the evaluators that the offeror has an understanding of the requirements. The quote presents an unacceptable risk and cannot meet the requirements without major revisions. PRICE (Factor 2) is not rated. Price and cost analysis techniques will be used to evaluate an offerors proposed price. Price will be evaluated for realism, value offered for the price, and extent, which it is fair and reasonable in terms of the Governments requirement. Only those quotes considered technically acceptable will be further evaluated for price. (End of 52.212-2 Addendum).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0090/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office William Beaumont Army Medical Center, 5005 N. Piedras St El Paso TX
- Zip Code: 79920-5001
- Zip Code: 79920-5001
- Record
- SN02155853-W 20100522/100520235547-824291459c5c23a14c011190039d640c (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 |