Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
SOLICITATION NOTICE

J -- PREVENTATIVE MAINTENANCE SERVICE FOR HOLOGIC X-RAY SYSTEM

Notice Date
11/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060414T3006
 
Response Due
12/2/2013
 
Archive Date
12/17/2013
 
Point of Contact
JESSICA VICTOR 808-473-7614 ALT POC: Julie Nguyen-Livic
 
E-Mail Address
(808)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-14-T-3006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-70 and DFARS Change Notice 20131118. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 621512 and the Small Business Standard is $13.5M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1 (b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date 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. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, One (1) group “ Annual Maintenance of RADEX Hologic DR X-Ray System, Mobile way float Radiography Table, and Catella Scanner Viewer, and Gateway. Period of performance is December 9, 2013 to December 8, 2014; Delivery Location is Joint POW/MIA Accounting Command Central Identification Laboratory 310 Worchester Avenue, Bldg. 45 Joint Base Pearl Harbor Hickam, Hawaii 96853-5530. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.204-7 -- System for Award Management 52.204-13 “ System for Award Management Maintenance 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child labor ”Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management; 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment ”Certification; 52.222-51, Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment “ Requirements; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services ”Requirements; 52.252-2, Clauses Incorporated by Reference; 52.223-5 -- Pollution Prevention and Right-to-Know Information 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. 52.252-1 -- Solicitation Provisions Incorporated by Reference. If Quoters have not updated the Representations and Certifications in the System for Award Management (SAM), they shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023, Alternate III, Transportation of Supplies by Sea; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments; 5252.243-9400, Authorized Changes by the KO; This announcement will close at 10:00 a.m. (HST) on Monday, December 2, 2013. All questions need to be submitted by Wednesday, November 27, 2013 at 12:00p.m. (HST). Primary Contact Jessica Victor who can be reached at (808) 473-7614 or email jessica.victor@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3006/listing.html)
 
Record
SN03239439-W 20131124/131122233922-ac278b21e4d9a7e44b22d0597273317c (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.