Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
MODIFICATION

J -- OEM TMDE Calibration and Repair

Notice Date
1/25/2013
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-13-T-0010
 
Response Due
2/14/2013
 
Archive Date
3/26/2013
 
Point of Contact
Elena Hughes, 496371-86-6021
 
E-Mail Address
European Regional Contracting Office
(elena.hughes@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/quotation 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 quotation; quotes are being requested and a written quotation will not be issued. Quotation number W9114F-13-T-0010 is issued as a request for quotation (RFQ). Due Date: 14 Feb 2013 at 12:00 P.M., CEST (local Germany). Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this quotation is 541990. The Europe Regional Contracting Office has a requirement to establish a Blanket Purchase Agreement (BPA) for non-personal services to include all labor, parts, materials (excluding user consumable supplies), and manufacturer's authorized field modification instructions (FMIs), to service and repair Fluke Electronics Corporation Original Equipment Manufacturer (OEM) TMDE. Any interested party may provide a quote via email to elena.m.hughes@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this quotation is Elena Hughes, phone # 011-49-6371-86-6021 or at elena.m.hughes@us.army.mil. The requirements for this RFQ are as follows: 1. Blanket Purchase Agreement (BPA) FFP Vendor will calibrate and repair all test, measurement, and diagnostic equipment (TMDE) within the manufacturer's suggested tolerances. The Vendor's test equipment must be traceable to the National Institute of Standards Technology (NIST). Vendor needs to provide calibration documentation on each piece of test equipment calibrated. Any equipment during calibration which requires to be repaired before calibration, will be repaired by the Vendor, then calibrated. Contractor will complete Contractor Manpower Reporting detailing actual labor hours, dollars, and other information directly into the Army system, using existing timekeeping, personnel, and accounting systems. Offerors shall submit prices on the list of TMDE for calibration and repair attached to this solicitation. The Government will use the submitted price list for price comparison. 2. Shipping, LRMC Commercial Door to Door Equipment will be shipped from USAMMCE by the US Government to the Contractor and then returned by the Contractor to USAMMCE. All vendors must quote Shipping charges to the place of delivery and acceptance: United States Medical Material Center, Europe (USAMMCE) Husterhoh Kaserne Bldg. 4136 Clinical Engineering Division 66953 Pirmasens Germany Period of Performance: 20 February 2013 - 19 February 2018 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 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. CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 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) 52.214-34 Submission of Offers in the English Language - APR 1991 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 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 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.225-7041 Correspondence in English - JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commerical Items (APR 2012) ALT I (APR 2011) 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAR 2011 (Deviation) 52.222-50 Combating Trafficking in Persons (AUG 2007) ALT I (AUG 2007) 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 52.252-2 Clauses Incorporated by Reference - FEB 1998 52.252-5 Authorized Deviations in Provisions (APR 1984) 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 - MAY 2011 (Deviation) 252.225-7013 Duty Free Entry - June 2012 252.229-7001 Tax Relief - ALT I - JUN 1997 252.229-7002 Customs Exemptions - JUNE 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 The following paragraphs are hereby amended: Para (a) Does not apply to this solicitation. Para (b) Replace subparagraph (4) with the following: The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing TMDE Calibration. Subfactor 1: Capable of calibrate and repair all Test Measurement and Diagnostic Equipment (TMDE) in accordance with the manufacturer suggested tolerances. Subfactor 2: Capable of testing equipment needs to be traceable to the National Institute of Standards Technology (NIST). Subfactor 3: Provide calibration documentation on each piece of test equipment calibrated. Subfactor 4. System for Award Management (SAM). Have a current registration in the SAM with updated DUNS and CAGE numbers. Subfactor 5. Government Purchase Card (GPC). Confirm that your firm will accept the US Government Purchase Card as method of payment. Failure to receive an acceptable rating in the above requirement for corporate capability will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected. All items on the required items list shall be priced. If you fail to price all items, your quote will not be submitted for award. Para (c) Change 30 to 60. Para (d) Does not apply to this quotation. Para (i) Does not apply to this quotation. Add the following: Para (m) Quotes shall describe your company's capability to supply USAMMCE with the services likely to be ordered as listed at the end of this quotation. Quotes shall be submitted in type which is no smaller than 10 font, single-spaced, on plain white paper, with a maximum of 25 pages. Page limitations shall be treated as maximums. If exceeded, the excess pages will not be read or considered in the evaluation of the quotation and (for paper copies) will be returned to the quoter as soon as practical. The technical quotations shall address how you will comply with the requirements set forth in the technical sub-factors as shown in the evaluation section of Addendum to FAR 52.212-2. The following is excluded from the page count: copies of certificates, price schedule, completed FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, and acknowledgement of any amendments issued. Para (n) ELECTRONIC QUOTES). Quoters may submit electronic quotes in response to this quotation. The quote must arrive by the time specified in the quotation to the following email address: elena.m.hughes@us.army.mil. Quoters may call Elena Hughes at +49-6371-86-6021 to verify receipt of the quote. If the Quoter chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the quoter to verify receipt of the emailed quote. Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to elena.m.hughes@us.army.mil or Fax 06371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors. ACQUISITION PROCEDURE The acquisition procedure to be used for this acquisition will be in accordance with FAR Part 12 and 13 Simplified Acquisition. ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: (a) The Government will award a Blanket Purchase Agreement resulting from this quotation to the responsible quoter whose quote conforming to the quotation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the Lowest Price, Technically Acceptable (LPTA) quote. All quotes will be evaluated and considered for contract award. The following factors shall be used to evaluate quotes: Subfactor 1: Capable of calibrate and repair all Test Measurement and Diagnostic Equipment (TMDE) in accordance with the manufacturer suggested tolerances. Subfactor 2: Capable of testing equipment needs to be traceable to the National Institute of Standards Technology (NIST). Subfactor 3: Provide calibration documentation on each piece of test equipment calibrated. Subfactor 4. System for Award Management (SAM). Have a current registration in the SAM with updated DUNS and CAGE numbers. Subfactor 5. Government Purchase Card (GPC). Confirm that your firm will accept the US Government Purchase Card as method of payment. Evaluation Standards: The Government will use the following standards to rate Technical: (1) Acceptable - Quotation clearly meets the minimum requirements of the quotation (2) Unacceptable - Quotation does not clearly meet the minimum requirements of the quotation FACTOR 2: PRICE. Price will be evaluated for reasonableness based on anticipated adequate price competition. Price will not be rated. The Government will evaluate quotes for award purposes only by adding the total price for all option years to the total price for the base year. Once the technical subfactors are rated as acceptable, award will be made to the technically acceptable quoter with the lowest price. The Government intends to make an award without conducting discussions. After the initial evaluation of quotations is completed, if one or more quotations are rated Acceptable for Technical Acceptance, the initial evaluation will become the final evaluation of quotations and award will be made without discussions to the lowest priced quoter. If any technical subfactor is rated Unacceptable after the initial evaluation, the technical factor will be rated Unacceptable and the quotation will no longer be considered for award. If all quotations submitted result in an unacceptable technical evaluation then clarifications may be necessary. The Government evaluation team will evaluate the quoter's response to the Government exchanges with quoters. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in blanket purchase agreement without further action by either party. Before quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-13-T-0010/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02973287-W 20130127/130125235104-b4a91a53923a4580ad87fc743970418e (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.