SOLICITATION NOTICE
J -- FULL SERVICE MAINTENANCE
- Notice Date
- 4/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025913T0207
- Response Due
- 4/4/2013
- Archive Date
- 4/6/2013
- Point of Contact
- Joseph Bancod 619-532-6165
- E-Mail Address
-
Contract Specialist
(joseph.bancod@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed contract action is for Service Maintenance, which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of FAR 13.106. This proposed contract action is for One year of service maintenance for the JIF Linear Accelerator Project at Naval Medical Center San Diego. The source is BrainLab © 3 Westbrook Corporate Center STE 400 Westchester, IL 60154. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of interest is not a request for competitive proposals. However, all proposals received by 4th April 2013, 08:00AM, Pacific Standard Time, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-13-T-0207 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219: Size: $19.0. All interested bidders shall submit quotations electronically by email to Joseph.Bancod@med.navy.mil or by facsimile at 619-532-5596, attention Joseph Bancod. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 4th April 2013, 08:00AM, Pacific Standard Time to be considered responsive. CLIN 0001: One Year Full Service Maintenance for the JIF Linear Accelerator Maintenance Unit of Issue QUARTERLY QUANTITY 4 $_________________________. PERIOD OF PERFORMANCE 08 APRIL 2013-07 APRIL 2014 Full service maintenance and software support to be provided on the listed systems and service Packages in accordance with the Performance Work Statement. JIF Linear Accelerator Project BrainLab Software and Hardware: IPlan server ECN 117381 3 Light Boxes ECN ™s 117382, 117383 & 117384 Art #84010-01: Service Package Light Platform & software. Art #81000-05: Service Package Data Transfer Module. Art # 82000-02: Service Package DICOM RT Import/Export. Art # 81000-15: Service Package IPLAN NET Server & Application. Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications “ Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-64. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 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) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 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) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7001 Buy American and Balance of Payments Program (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 52.212-2, Evaluation “ Commercial Items (JAN 1999), The Government will award a contract resulting from this solicitation to the responsible offeror whose confirming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Significant evaluation factors: (i) technical capability of the item offered to meet the Government requirement; (ii) Past performance information(within the last three years), to include recent and relevant contracts for the same or similar items and other references including contract numbers, points of contact with telephone numbers and other relevant information.(iii) price; in descending order of importance. Technical and past performance, when combined are important than price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0207/listing.html)
- Place of Performance
- Address: NAVAL MEDICAL CENTER SAN DIEGO
- Zip Code: 34800 BOB WILSON DRIVE, SAN DIEGO, CA
- Zip Code: 34800 BOB WILSON DRIVE, SAN DIEGO, CA
- Record
- SN03026562-W 20130404/130402235039-8d04320539f23be7e542ea2bda6fe16a (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 |