Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

65 -- INSTRUMENT SERVICE AND REPAIR

Notice Date
6/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ11R0105
 
Response Due
6/30/2011
 
Archive Date
8/29/2011
 
Point of Contact
Rita Y. Ware, 757-314-7550
 
E-Mail Address
Medcom Contracting Center North Atlantic
(rita.y.ware@amedd.army.mil)
 
Small Business Set-Aside
HUBZone
 
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. The solicitation number is W91YTZ-11-R-0105. The solicitation is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This requirement will be a 100% Hub-Zone Set-Aside. This will be a Firm-Fixed Price type contract. The applicable North American Standard Industry Classification System (NAICS) Code for this acquisition is 811219 with a small business size standard of $19M. The North Atlantic Regional Contracting Office (NARCO), McDonald Army Health Center, Fort Eustis, VA has a requirement for the following: All offerors shall provide a quotation for the following line items: CLIN 0001 Quantity: 48,000 each Base Year - Period of Performance: 01 October 2011 through 30 September 2012. Provide all the maintenance services for instrument sharpening and repair of all medical instruments to include providing on site sharpening and repair of medical instruments and parts exchange for McDonald Army Health Center, Fort Eustis, Virginia. Contractors are to perform in accordance with the terms and conditions of this contract and the included Performance Work Statement (PWS). CLIN 1001 Quantity: 48,000 each Option One - Period of Performance: 01 October 2012 through 30 September 2013. Provide all the maintenance services for instrument sharpening and repair of all medical instruments to include providing on site sharpening and repair of medical instruments and parts exchange for McDonald Army Health Center, Fort Eustis, Virginia. Contractors are to perform in accordance with the terms and conditions of this contract and the included Performance Work Statement (PWS). DESCRIPTION OF WORK The contractor shall provide all the maintenance services for instrument sharpening and repair of all medical instruments for McDonald Army Health Center. The requirement for maintenance services of this contract shall perform services under the control and general supervision of the operating room or his/her representative. The contractor will provide qualified full service of maintenance for instrument sharpening and repair. This includes providing on site sharpening and repair of medical instruments, part exchange and all labor and travel expenses. The contracting agency shall respond no later than 24 hours of notification. Department/clinic supervisory personnel will monitor the requirements for service. The contractor must meet all licensing/certification requirements to maintain support to McDonald Army Health Center. The contractor must provide personnel qualified to perform the service required. The contractor must perform sharpening and repair of medical instruments as necessary to maintain factory specifications. All repairs include on site repair, thorough diagnostic testing, removal of minor dents, sharpening, and functional testing of all mechanical parts. The contractor will provide maintenance during their working hours at the earliest convenience to the McDonald Army Health Center. Labor and travel shall be conducted during normal business hours: Monday-Friday 0800-1700 local time, (excludes company holidays). The contractor will provide shipping and removal at no cost to the government. INSTRUMENTS: ITEM QUANTITY BIOPSY FORCEPS 200 CUTTERS 150 BONE RONGEURS 120 CHISELS 240 CURETTES 300 CYRETTES-D&C 300 CURETTES-T&A 200 ELEVATORS 150 GOUGES 250 KNIVES-SMALL 200 OSTEOTOMES 260 CUTTERS, PIN 200 REAMERS 150 SCISSORS - DELICATE 700 SCISSORS - GENERAL 1300 SCISSORS - MICRO 325 WIRE CUTTERS 140 GRASPERS, ARTHROS 200 SCISSORS, ARTHROS 200 BIOPSY NEEDLES 200 FORCEPS 300 RONGEOURS 200 SCISSORS - CORNEAL 100 BALFOURS 100 FORCEPS, MICRO 1000 HAND HELD RETRACTORS 250 RETRACTORS 150 SKIN HOOKS 650 SKIN RAKES 650 BONE CLAMPS 240 DENTAL INSTRUMENTS 100 DRILL BITS 100 KERRISON RONGEURS 100 SCISSORS 260 GRASPERS, ARTHROS 250 REINSULATION - BARRELL 100 CLEANING EXTENSIVE STAINING3500 NEEDLES HOLDER -T.C. 400 ETCHING 200 BONE RONGEURS 25 BONE CUTTERS 25 KERRISON RONGEURS 25 WIEITLANDER 25 PROVISONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/far. 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) Addendum to 52.212-4 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. 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-3, Notice Of Total Hubzone Set-Aside or Sole Source Award (Jan 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009) 52.222-50, Combating Trafficking In Persons (Feb 2009) 52.223-5, Pollution Prevention and Right-To-Know Information (Aug 2003) 52.223-6, Drug-Free Workplace (May 2001) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-18, Availability of Funds (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.203-7000, Requirements Relating To Compensation of Former DOD Officials (Jan 2009) 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7000, Disclosure of Information (Dec 1991) 252.204-7003, Control Of Government Personnel Work Product (Apr 1992) 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (Mar 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.242-7001, Pricing Of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 52.216-8, Option to Extend Services (Nov 1999) 52.216-9, Option to Extend the Term of the Contract (Mar 2000) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 52.252-2, Clauses Incorporated By Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 252.204-7008, Export-Controlled Items (Apr 2010) 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (Mar 2011)(Deviation) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) LC 5002, WAWF 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Mar 2011)(Deviation) 52.212-1, Instructions to Offerors - Commercial ADDENDUM TO 52.212-1 FAR 52.212-1 is hereby amended to reflect the changes shown below as to the specific paragraph revised. Para (b) Submission of Offers. The following amends this paragraph with respect to the information and documents required for submission in response to this solicitation and the procedures for the evaluation and award of contract. (1) ELECTRONIC OFFERS. Offerors may submit electronic offers in response to this solicitation. The offer must arrive by the time specified in the solicitation to the following email address: rita.y.ware@amedd.army.mil and judith.highsmith@amedd.army.mil (2) Offerors must submit email to Rita Ware and Judith Highsmith to verify receipt of the offer by emailing rita.y.ware@amedd.army.mil and judith.highsmith@amedd.army.mil. The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. (3) The Government intends to award a firm fixed-price contract under the authority of Section 1091 and 1089 of Title 10, U.S.C... Offerors must quote a firm-fixed price for each Contract Line Item. (4) Any questions with respect to the solicitation shall be submitted to Rita Ware at rita.y.ware@amedd.army.mil or judith.highsmith@amedd.army.mil. Questions must be submitted by 22 June 2011. Telephone calls will not be accepted nor responded to. Responses will be emailed to all interested bidders. (5) PROCESS FOR AWARD. Award will be made to the offeror with the lowest priced, technical acceptable with an acceptable past performance. The Government intends to award without discussions, but the Contracting Officer reserves the right to do so in his or her sole discretion. The contract will be awarded strictly in accordance with the criteria and process established in FAR Part 12. (6) Please review 52.212-3 ALT 1 "Offeror Representation and Certification - Commercial Items". (7) SUBMISSION OF OFFERS. The solicitation should be completed, signed and received at this office not later than 30 June 2011 by 12:00 noon, EST. Please note that your offer must include all of the following information. Submit proposal in three separate parts as follows: PART I:TECHNICAL. The offeror shall submit a technical description or product literature, catalogs, etc., demonstrating their operating plans for maintaining and ensuring the functionality of the instruments. The Contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed industry standards. The offeror shall demonstrate the extent to which it has recently repaired, sharpened, and maintained medical instruments. PART II: PRICE. The information provided in this schedule will be used to assist in the price analysis described in the evaluation of the proposed prices. (a) Price Schedule: Complete all CLINs. Do not round figures off in pricing schedule. (b) Complete and sign SF 1449, Blocks 17A, 17B, 30A, 30B, and 30C. (SF1449 will be sent upon request) (c) Signed amendments (if any). (d) Representations and Certifications found at FAR 212-3 ALT 1 and DFAR 252-212-7000. (e) Data Universal Numbering System (DUNS)/CAGE Code: Award cannot be made to an offeror without these codes. (f) Bid Preparation Cost: Solicitation does not commit the Government to pay any cost incurred in the submission of an offeror, in making any necessary studies for the preparation therefore, or for any visits the Contracting Officer may request for the purpose of clarification of the offer. PART III: PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope, type of work, and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. (a) Information provided by the contractor shall state: The type of service provided with information to verify references: Name; telephone numbers; Points of Contact; amount of contract; and email addresses. (b) The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance records has been deleted, misrepresented, or withheld. PART IV: EXPERIENCE. The offeror shall demonstrate the extent to which it has recently repaired, sharpened, and maintained medical instruments. (8) Basis for Award: Award will be made to the offeror who has the lowest priced, technical acceptable with an acceptable past performance that is most advantageous to the Government. 52.225-25, Prohibition on Engaging In Sanctioned Activities Relating To Iran-Certification (Sep 2010) 52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998) 52.252-5, Authorized Deviations in Provisions (Apr 1984) 252.212-7000, Offeror Representations and Certifications-Commercial Items (Jun 2005) 52.212-2, Evaluation -Commercial Items (Jan 1999) (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: Technical Past Performance Price Experience Technical, Past Performance, and Experience are approximately equal to 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. Addendum to 52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2007) Paragraph (a) is hereby supplemented as follows: Impartial consideration will be given to all offers received in response to this solicitation. Offers will be evaluated to determine compliance with all requirements of the solicitation, including any attachments and exhibits. The evaluation criteria will be applied to all offers in the same manner. Each proposal will be evaluated strictly in accordance with its content and the Government will not assume that performance will include areas not specified in the offeror's proposal. PART I: TECHNICAL EVALUATION. Evaluation of technical capability shall be based on the information provided in the quotation. Technical will be evaluated to determine if the offeror has demonstrated that its proposed service meets or exceeds all requirements. Quotations that do not demonstrate the proposed service meets all requirements will not be considered further for award. PART II: PAST PERFORMANCE. The offeror's performance will be rated in terms of performance risk. A performance risk rating (low, moderate, high or neutral) will be assigned dependent upon the evaluators' assessment of the level of confidence in the offeror's performance record. In ranking offerors in the same performance category below, an offeror with past performance in performing the same or similar services may be ranked as a lower risk compared to an offeror with no or hardly any experience in performing services. Past Performance will be evaluated based on assessments of the offeror's performance under current and prior contracts for the last three years. The information which will be used for evaluation will be obtained from those presented in the Offeror's past performance documentation, the Contractor Performance Assessment Reporting System (CPARS) http://www.cpars.csd.disa.mil/cparsmain.htm, and any other sources. The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. Past performance surveys should be based upon the performance of like services to those in this solicitation. -High Risk - Significant doubt exists that the offeror will satisfactorily perform the services solicited, based on a preponderance of unsatisfactory performance records, or the offeror's record of unsuccessful performance of past and current contract in fulfilling requirements similar to the size, type, and complexity of the services solicited. The offeror has consistently not met work schedules and other obligations, has defaulted on at least one contract within the past three years, or has chronically failed to meet contract terms. -Medium Risk - Some doubt exists based on limited instances of poor performance, especially in contracts similar in size, type and complexity of the services solicited. The offeror meets work schedules and specified services most of the time, met contract terms without failure or resolved issues immediately, and has not been defaulted on any contract within the past three years. -Low Risk - Little doubt exists, based on the preponderance of the offeror's good, if not excellent, past and current records of contract performance, especially in large contracts similar to the size, type, and complexity of the services solicited. The offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Neutral Risk - No relevant past performance information is available or has been received by the Government.. PART III: PRICE. Price will be evaluated separately from the technical, past performance and the experience factors and will be evaluated for fairness and reasonability in terms of: A. That the prices are consistent with and reflect the proposed requirement. B. Offerors are cautioned that an unrealistically low price, or unbalanced pricing of line items, as proposed initially or subsequently, may be grounds for eliminating a proposal, either on the basis that the offeror does not understand the required services, or he has made an imprudent offer. C. All vendors' prices must be deemed to be fair and reasonable to qualify for award. PART IV: EXPERIENCE. The offeror shall demonstrate the extent to which it has recently repaired, sharpened, and maintained medical instruments. 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2011) (End of clauses) Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Questions concerning this acquisition may be address to rita.y.ware@amedd.army.mil. Or judith.highsmith@amedd.army.mil, no later than 22 June 2011 All responsible sources should submit proposals to Rita Ware at rita.y.ware@amedd.army.mil and Judith Highsmith at judith.highsmith@amedd.army.mil by 30 June 2011, 12:00 noon EST. No Telephone Calls Will Be Accepted or Responded To. Place of Performance: McDonald Army Health Center Bldg 576 Jefferson Ave Fort Eustis, VA 23604 Point of Contact: Rita Ware Rita.Y.Ware@amedd.army.mil Judith Highsmith Judith.highsmith@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ11R0105/listing.html)
 
Place of Performance
Address: McDonald Army Health Center 576 Jefferson Ave Fort Eustis VA
Zip Code: 23604
 
Record
SN02477456-W 20110622/110620235035-bf14df91bb2e6fd03b3536d2ad8ea75c (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.