SOLICITATION NOTICE
J -- Service Maintenance for Laser equipments - PERFORMANCE WORK STATEMENT
- Notice Date
- 9/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025913T0342
- Archive Date
- 10/9/2013
- Point of Contact
- Joseph S. Bancod, Phone: 6195326165
- E-Mail Address
-
joseph.bancod@med.navy.mil
(joseph.bancod@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK This is a COMBINED SOLICITATION/SYNOPSIS for Service and Maintenance, 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number, N00259-13-T-0342 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAIC) Code for this acquisition is 811219 Size: $19.0M. 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 24th September 2013, 0800AM Pacific Standard Time to be considered responsive. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69. It is the contractor's 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. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following Services and Maintenance: CLIN:0001 1 Year Plan for Service and Maintenance on LYRA I Laser; Erbium Venus Laser; Gemini Laser x2. This service includes, all parts required for repair, and Preventive maintenance, 24 hour support and after hours coverage included. ECN# 33824, 97693, 24011. Unit of Issue: Quarterly Quantity: 4 Price tiny_mce_marker_________________________________. Period of Performance 01 October 2013 to 30 September 2014. CLIN:0002 Pre Inspection visit Unit of Issue: Quarterly Quantity: 4 Price tiny_mce_marker_________________________________. Period of Performance 01 October 2013 to 30 September 2014. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment(AUG 2013). 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Factors 1) Technical Capability, 2). Past Performance and 3). Price The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the government. The Following factors shall be used to evaluate offers in descending order of importance. Technical capability and past performance, when combined, are more important than price. EVALUATION CRITERIA 1). Technical Capability: Ability to demonstrate the experience and understanding of the government requirements. Demonstrate the ability to provide Original Equipment Manufacturer(OEM) parts and any manufacturer certifications. 2). Past Performance: Provide three (3) references with the Point of Contact, telephone number, addresses, contract number. Demonstrate same or similar level of service within the last three years. Include evidence of previous experience providing service maintenance on following: Lyra I Laser; Erbium Venus Laser; Gemini Laser x2 equipment. 3). Price: The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance. Contractors who do not meet the first 2 factors will not undergo a price evaluation. 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (DEC 2012) Alternate 1 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), 52.219-8 Utilization of Small Business Concerns (JAN 2011), 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), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2010), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.222-37 Employment Reports on Veterans (Sept 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)) 52.232-18 Availability of Funds (APR 1984) 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 252.212-7001 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) AVAILABILITY OF FISCAL YEAR 2014 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2014 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2014 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2013 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT. HIPAA - Privacy and Security of Protected Health Information (SEP 2012) 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. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. 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 on the System for Award Management Registration (Deviation) (SAM) prior to award. The website address is www.sam.gov. A Data Universal Number System (DUNS) number is required to register. Email your quote to Joseph Bancod on or before 08:00AM Pacific Standard Time on the closing date September 24th, 2013. Email: joseph.bancod@med.navy.mil Submitter should confirm receipt of email submissions. All responsible sources may submit a quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0342/listing.html)
- Place of Performance
- Address: NAVAL MEDICAL CENTER SAN DIEGO, 34800 BOB WILSON DRIVE, SAN DIEGO, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN03188542-W 20130916/130914233335-c870035be2b67e3119df6bda38ecfbf1 (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 |