SOLICITATION NOTICE
J -- MAINTENANCE CONTRACT FOR NEPTUNE 2 ROVERS AND ASSOCIATED EQUIPMENT LOCATED AT NAVAL HOSPITAL OAK HARBOR, WA
- Notice Date
- 9/17/2012
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- N68095 NAVAL HOSPITAL BREMERTON Contracting Officer C/08RA Ine Boone Road Bremerton, WA
- ZIP Code
- 00000
- Solicitation Number
- N6809512T6019
- Response Due
- 9/26/2012
- Archive Date
- 10/5/2012
- Point of Contact
- CYNTHIA A. CARLSON 360-475-4530 REBECCA SMITH 360-475-4462
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N68095-12-T-6019 is issued as a request for quotation (RFQ). The closing date is 28 SEP 2012 @ 3:00 pm Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60. It is the contractors ™ responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Dollars: $7M. Naval Hospital Bremerton requests responses from qualified sources capable of providing the following items: CLIN 0001, 0702-001-000W, NEPTUNE 2 ROVER PROCARE QTY: 3, Unit of Issue: EA, Price: $______ Salient Characteristics that may satisfy this requirement include: See attached Statement of Work. Period of Performance: 30 Sep 2012 through 29 Sep 2013. CLIN 0002, 0702-014-000W, NEPTUNE 2 DOCKER PROCARE, QTY: 1, Unit of Issue: EA, Price: $_____ Salient Characteristics that may satisfy this requirement include: See attached Statement of Work. Period of Performance: 30 Sep 2012 through 29 Sep 2013. CLIN 0003, 4300-000-000W, CORLESS DRIVER 3 PROCARE, QTY: 2, Unit of Issue: EA, Price: $_____ Salient Characteristics that may satisfy this requirement include: See attached Statement of Work. Period of Performance: 30 Sep 2012 through 29 Sep 2013. CLIN 0004, 4000-000-000W, CORDLESS/ROTARY ATTACHMNET REPLACEMENTS, QTY: 16, Unit of Issue: EA, Price: $_____ Salient Characteristics that may satisfy this requirement include: See attached Statement of Work. Period of Performance: 30 Sep 2012 through 29 Sep 2013. CLIN 0005, 6110-120-000W, SYSTEM 6 CHARGER PROCARE, QTY: 1, Unit of Issue: EA, Price: $____ Salient Characteristics that may satisfy this requirement include: See attached Statement of Work. Period of Performance: 30 Sep 2012 through 29 Sep 2013. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (FEB 2012) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance, 3) Price. 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 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), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) HIPAA - Privacy and Security of Protected Health Information NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability. Defined as, an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested services. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered to SAM prior to award. Email your quote to Cynthia A. Carlson and Rebecca Smith on or before 3:00 PM Pacific Standard Time on 26 SEPT 2012. Email: cynthia.carlson@med.navy.mil and Rebecca.smith@med.navy.mil. Submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68095/N6809512T6019/listing.html)
- Place of Performance
- Address: NAVAL HOSPITAL OAK HARBOR
- Zip Code: 3475 SARATOGA STREET, OAK HARBOR, WA
- Zip Code: 3475 SARATOGA STREET, OAK HARBOR, WA
- Record
- SN02886213-W 20120919/120918001614-7fd0a05bba3a20c495a1be57a6812127 (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 |