Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
MODIFICATION

Q -- RADIOLOGY INTERPRETATION SERVICES - RFI #3 - 52.212-1 & 52.212-2 (21 March)

Notice Date
3/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T4AS2230A001
 
Archive Date
4/16/2013
 
Point of Contact
Joshua J. Jordan, Phone: 8508820358, Juanita J. Paci, Phone: 8508820362
 
E-Mail Address
joshua.jordan@eglin.af.mil, juanita.paci@eglin.af.mil
(joshua.jordan@eglin.af.mil, juanita.paci@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated Response Date RFI questions for 21 March The AFTC Installation Contracting Division/PZIOAC, Eglin AFB FL, intends to solicit and award a firm-fixed price contract for Radiological Interpretation Support Services as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 F1T4AS2300A001. The acquisition will be 100% Small Business Set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 621512 with a size standard of $14M. Please identify your business size in your response based upon this standard. Interpretation services shall be performed at the contractor-owned and operated facility. Services shall include interpretation, consultation, and direction involving medical imaging procedures in general radiology, ultrasound, magnetic resonance, and computed tomography. These services are in support of patient care programs. All CLINS will include Interpretation and Reporting. The requirement consists of the following items: CLIN 0001 -X-Ray. (X-Ray @ $______Per). Base Period. CLIN 0002 - US Films. (US @ $______ Per). Base Period. CLIN 0003 - Nuclear Medicine (NM @ $______Per). Base Period. CLIN 0004 - MRI Films (MRI @ $_______ Per). Base Period. CLIN 0005 - Cat Scan (CT @ $ _______ Per). Base Period. CLIN 0006 - Fluoroscopy (FS @ $ ______ Per). Base Period. CLIN 0007 - Mammography (Mammo @ $______ Per). Base Period. Base plus four (4) option years. Option CLINs numbered 1001-1007, 2001-2007, 3001-3007, 4001-4007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65, Defense Acquisition Circular (DPN 20121231) and Air Force Acquisition Circular (AFAC) 2012-1107. All FAR clauses may viewed in full text at http://farsite.hill.af.mil. The listed FAR clauses and provisions apply to this solicitation and are incorporated by reference. • 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; • 52.203-16, Preventing Personal Conflicts of Interest; • 52.204-7, Central Contractor Registration; • 52.204-9 Personal Identity Verification of Contractor Personnel; • 52.212-1, Instructions to Offerors -¬¬ Commercial Items (see Addendum): Request for Quotation (RFQ) shall be submitted and contain the following information: RFQ number; time specified for receipt of offers; name, address; telephone number of offeror; email address of offeror; any discount terms and acknowledgement of all solicitation amendments (if applicable), warranty, delivery schedule. The signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein; • 52.212-2, Evaluation -Commercial Items (see Addendum): Lowest Price Technically Acceptable. Evaluation will be based on the following factors: price and technical capability of item offered to meet the government's needs (Note: Quotes lacking ALL items will be deemed technically unacceptable and price will not be evaluated); • 52.212-3, Offerors Representation and Certifications-Commercial Items; • 52.212-4, Contract Terms and Conditions-Commercial Items; • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012) (DEVIATION); • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, incorporating the following: o 52.233-3, Protest After Award o 52.233-3, Applicable Law for Breach of Contract Claim o 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate 1; o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; o 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; o 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns; o 52.219-8, Utilization of Small Business Concerns; o 52.219-28 - Post-Award Small Business Program Representation; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation with Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; o 52.222-40, Notification of Employee Rights under the National Labor Relations Act o 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; o 52.225-1 -- Buy American Act; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; o 52.222-41, Service Contract Act of 1965 o 52.222-42, Statement of Equivalent Rates for Federal Hires o 52.222-43, Fair Labor Standards Act and Service Contract Act 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.222-17, Nondisplacement of Qualified Workers; 52.224-1, Privacy Act Notification 52.224-2, Privacy Act 52.232-23, Assignment of Claims 52.233-1, Disputes 52.233-2, Service of Protest; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.237-3, Continuity of Services 52.246-4, Inspection of Services 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.252-6, Authorized Deviations in Clauses; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.246-7000, Material Inspection and Receiving Report; 5352.201-9101, Ombudsman 5352.242-9000, Contractor Access to Air Force Installations 5352.242-9001, CAC for contractor Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of price analysis techniques. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub line items. Offerors that are determined to be unbalanced may be rejected if the CO determines that the lack of balance poses an unacceptable risk to the Government. The vendor agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. Quotes or modification of quotes, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All questions will be accepted after 23 March 2013 to allow time for adequate response. All responses must be received no later than 3:00 P.M., Central Standard Time on 1 April 2013. Vendors shall submit packages to Joshua Jordan via email at joshua.jordan@eglin.af.mil. Attached: Performance Work Statement (PWS) dated 19 Feb 2013 52.212-1 and 52.212-2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8861941fc3dadc970304e81927afa886)
 
Place of Performance
Address: Eglin AFB FL, Eglin AFB FL, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03018090-W 20130323/130321235004-8861941fc3dadc970304e81927afa886 (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.