SOLICITATION NOTICE
J -- One time repair (non-personal services) Request on site repair on MRI Shield Cooler Heat Exchanger Unit up to specification & Improve Reliability.
- Notice Date
- 6/3/2011
- 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
- W91YU0-11-T-0181
- Response Due
- 7/4/2011
- Archive Date
- 9/2/2011
- 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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for a one time on site repair contract on MRI Shield Cooler Heat Exchanger Unit up to specification & Improve Reliability. Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform the service for: LINE ITEM 0001 (1each) - MRI SHIELD COOLER; One time repair (non-personal services) Request on site repair on MRI Shield Cooler Heat Exchanger Unit up to specification & Improve Reliability. MRI COMPRESSOR MODEL:UCC066, SERIAL NUMBER:208, MANUFATURE BALZER. Services requested are for William Beaumont Army Medical Center, El Paso, TX 79920. Period of Performance is July 15, 2011. LINE ITEM 0002 (1 each) - Contracting Manpower Reporting; For further information regarding this requirement to include number and dates by which each report is required, see paragraph 16 titled "Contractor Manpower Report" in Performance Work Statement. Contractor shall provide only technically qualified technicians who are formally trained on the equipment. 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) $7M. 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: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum: (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; 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 Combating Trafficking in Persons; 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain equipment- Requirements, 52.222-99 Notification of Employee Rights Under the National Labor Relations Act; 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-10 Waste Reduction Program; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 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; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.201-7000 Contracting Officer's 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; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 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 04 July 2011, 12:00pm Mountain Standard Time. Submit offers via fax to (915) 569-1937 or email to Demetra.Bell.Lewis@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 apply: (m) FAR 52.212-3 Complete and submit offeror Representations and Certificates with the proposal or submit electronically in ORCA. https://orca.bpn.gov/. FAR 52.209-7 Information Regarding Responsibility Matters: Complete and submit with proposal. FAR 52.228-5 Insurance - Work on a Government Installation, in accordance with AR 190-5 and the current State of Texas minimum auto liability insurance limits, the minimum coverage amount required by the state's financial responsibility law is $25,000 for each injured person, up to a total of $50,000 per accident and $25,000 for property damage. Proof of insurance shall be submitted at the time of award. (n) Return completed DD 1449/ or Company Quote to include all pricing on all line items. Solicitation can be in PDF or Word format. The proposal can be emailed to Demetra.Bell.Lewis@us.army.mil or Faxed to 915-569-4736. (o) 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). 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.204-7008 Export Controlled Items; 252.212-7000 Offeror Representations and Certifications-Commercial 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 ACCEPTABILITY (Services must be performed by a manufacturer's authorized repair technician at Government's facility where the equipment is utilized using only Original Equipment Manufacturer (OEM) replacement parts & components). To be technically acceptable provide technically qualified technicians available for performing services (i.e. resumes, certificates and/or any other documentation). Only those quotes considered technically acceptable will be further evaluated for price. FACTOR 2 - PRICE Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on services requested. Award will be on an "all or none" basis; the offeror shall submit prices on all CLINs. (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). 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, (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. TECHNICAL EVALUATION STANDARDS: (1) Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. (2) Unacceptable - A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without a major rewrite or revision of the proposal. (End of 52.212-2 Addendum); 52.212-3 Offeror Representations and Certifications-Commercial Items Alt I. (Offerors must complete FAR 52.212-3 Offerors Representations and Certifications - Commercial items or do so on-line at http://orca.bpn.gov). ATTACH PWS/PRS/CMR/QASP
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-11-T-0181/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office William Beaumont Army Medical Center, 5005 N. Piedras Street El Paso TX
- Zip Code: 79920-5001
- Zip Code: 79920-5001
- Record
- SN02463548-W 20110605/110603234418-f5441d99884e06b7e6a715c096c38d1e (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 |