Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2013 FBO #4267
SOLICITATION NOTICE

J -- STERS MAINTENANCE / REPAIR

Notice Date
7/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET, BREMERTON, Washington, 98314-5000, United States
 
ZIP Code
98314-5000
 
Solicitation Number
N00406-13-T-0564
 
Archive Date
8/15/2013
 
Point of Contact
KACYPATTON, Phone: 3604767587
 
E-Mail Address
kacy.patton@navy.mil
(kacy.patton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
To be negotiated on a sole source basis with Steris per FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals prior to offer due date, which will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government. Preventitive Maintenance / repairof equipments mfr by Steris Corp: Block of time Maintenance. Na Agreement Travel Surcharge. 1 EA of the following. 403432 system 1E ligquid Chemical Sterilant. 01251005, 16IN cent Cav SD Stm Cab, Sterilizing Unit. Centruy prev sterilizer 012550011 and 012550007. Prevc St/ STG 3, Sterilizing unit, 3085 Battery powered 120V operating Table, 3085SP Major Surgical Operating Table, Caviwave ultrasonic Washer, Harmony Single LED 85 Surgical Light, 0423208036, 0423208037, 0423208028, 0423208029, 0417008028, 0417608185, 0424108063, 0423308092, 0420708010, 0420708011, 0423808091, 0423808089, 042408082, 0424208083, Vpro1 single door cabinet, sterilizing unit, century prevac sterilizing unit, 16 in cent vac steam sterilizer, rel 444 single washer. 52.228-5 Insurance work on government installation NUZ E12 - INSPECTION AND ACCEPTANCE (DEST) Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity NUZ D20 - PREPARATION FOR DELIVERY (COMMERCIALLY PACKAGED ITEMS) (a) Preservation, packaging, and packing shall be in accordance with ASTM-D-3951 (most current edition), "Standard for Commercial Packing." The unit pack quantity that applies to items under this contract is "Industry Standard". (b) Prohibited Packing Materials. The use of asbestos, excelsior, loose fill polystyrene, newspaper or shredded paper (all types including waxed paper, computer paper and similar hydroscopic or non-neutral material) is prohibited. (c) Non-Manufactured Wood Packing. All non-manufactured wood utilized in wood pallets and wood containers shall be heat treated to a minimum core temperature of 56 degrees centigrade for 30 minutes and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC). Refer to www.aphis.usda.gov/ppq/swp/eunmwp.html for wood packing policy, enforcement regulations and accredited agencies. Non-coniferous (hardwood) and manufactured wood, such as particleboard and plywood, are exempt from this requirement. NUZ F1 - PROOF OF DELIVERY If United Parcel Service (UPS) or Federal Express services are used for transportation, each package must have a unique package identification number. The Government will not consider the manifest as proof of delivery unless each package can be uniquely identified. Acceptance will occur only after the Government can verify actual receipt of the contract items--packaged, marked and labeled as required elsewhere in this contract. 52.228-3 Workers Comp. Insurance NAVSUP H25 - SPS CONSOLIDATED SERVER TIME ZONE (Jun 2006) (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (DEC 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 (NOV 2012) 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/comp/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) 252.211-7003 ALT1 ITEM IDENTIFICATION AND VALUATION (JUN 2011) ALTERNATE I (DEC 2011) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JAN 2007) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (AUG 2012) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 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) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2012) 52.225-18 PLACE OF MANUFACTURE (SEP 2006) (a) Definitions. As used in this clause-- Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (End of provision) 252.225-7036 BUY AMERICAN--FREE TRADE AGREEMENT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE NUZ K21 - CERTIFICATION REGARDING ACTUAL MANUFACTURER (BUSINESS SIZE IDENTIFICATION) 1.The offeror certifies that it is ( ), is not ( ) the actual manufacturer of the item(s) covered by this solicitation/contract. The following information is to be provided by offerors who are not the actual manufacturer: a. Actual Manufacturer(s) Identification [if more than one, identify all]: ACTUAL MFR'S PART NO.OR OTHER IDENTIFICATION ACTUAL MFR'S BUSINESS SIZE*(L, SB, SDB) NAME AND ADDRESS b. Support effort performed by the offeror in addition to purchasing the item(s) for resale to the Government: *Refer to Section K (52.219-1) for the business size standards for this solicitation. L = Large Business. SB = Small Business. SDB = Small Disadvantaged Business. (1) Testing/Quality Assurance: Yes/No (2) Preservation, Packaging, and Packing: Yes/No (3) Bar Coding Yes/No (4) Other ______________________________ 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) 52.216-1 - TYPE OF CONTRACT (APR 1984) The Government contemplates award of a FFP contract resulting from this solicitation. (End of provision) NUZ L500 - REVIEW OF AGENCY PROTESTS (a) The procedures set forth in FAR 33.103 will be followed for submission and handling of agency protests. (b) All protests filed directly with the agency, NAVSUP Fleet Logistics Center Puget Sound (FLCPS), shall be addressed to the Contracting Officer. A protester may appeal a decision rendered by a Contracting Officer to the Reviewing Official. (c) The Reviewing Official for FLCPS is the Director, Regional Contracting Department (Code 200), NAVSUP Fleet Logistics Center Puget Sound at 467 W Street, Bremerton, WA 98314-5100. (d) Offerors should note that a review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. NUZ M11 USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) IN PAST PERFORMANCE EVALUATION (1) The offeror's past performance shall be evaluated in accordance with FAR 13.106-2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. (2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems. PPIRS-SR uses the past performance data collected to classify each supplier's performance by Federal Supply Class(es) or Service Code(s). (3) Quality: The method used in PPIRS-SR to classify the quality of a supplier's past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the supplier's overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors: 1. Dark Blue:Top 5% of suppliers in FSC group* 2. Purple:Next 10% of suppliers in FSC group* 3. Green:Next 70% of suppliers in FSC group* 4. Yellow:Next 10% of suppliers in FSC group* 5. Red:Bottom 5% of suppliers in FSC group* * If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green. (4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier's percentage of on time deliveries. On time deliveries are calculated using the number of line items delivered and a weighting factor which reflects the length of time a delivery was overdue. (5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at http://www.ppirs.gov/. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at http://www.ppirs.gov. The method to challenge a rating is also found on the identified website. (6) Suppliers with no history in PPIRS-SR will be considered to have a neutral PPIRS-SR rating. NUZ M15 - SINGLE AWARD FOR ALL ITEMS Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. NUZ M603 - EVALUATION OF QUOTATIONS/OFFERS 1) Award under this procurement will be made to the technically acceptable quote/offer which is most advantageous to the Government, price and past performance considered. 2) Technically Acceptable - In order to be determined technically acceptable, offers must meet or exceed the specifications, delivery requirements, and other terms and conditions in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal. The offer must be determined to be technically acceptable before further consideration. 3) Price - Evaluation of price will include the following: ( )Single Award evaluation per the paragraph entitled "Single Award for All Items". ( )Split Award evaluation per the paragraph entitled "Evaluation of Offers for Split Awards". ( )Transportation costs per FAR 52.247-__@@___. ( )Evaluation of Options per FAR 52.217-__@@__. 4) Past Performance - Evaluation of past performance will be based on information obtained from PPIRS-SR as well as any other sources which may have relevant information. A quote/offer with a low PPIRS-SR rating (red or yellow for quality and/or less than a 70 weighted delivery score) may not represent the most advantageous quote/offer to the Government. 52.247-34 F.O.B. DESTINATION (NOV 1991) 252.204-7004 AA System for Award Management 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.222-7002 - Compliane with Local Labor Laws 252.223-7006 - Prohibition on Storage and Disposal of Toxic & Hazardous WAste 252.225-7005 - Identification of Expenditure in US 252.225-7041 - Correspondence in English 252.232-7008 - Assignment of Claims Overseas 252.233-7001 - Choice of Law overseas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N00406-13-T-0564/listing.html)
 
Place of Performance
Address: US Naval Hospital, Yokosuka, Yokosuka, Japan
 
Record
SN03129760-W 20130731/130729234326-61fe4766680a3220a03f94d99a50d546 (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.