SOLICITATION NOTICE
J -- Service Maintenance Fluoroscopy Units - Package #1
- Notice Date
- 1/22/2014
- 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
- N00259-14-T-0067
- Archive Date
- 2/12/2014
- Point of Contact
- Jojie N. Urrete, Phone: 6195328084
- E-Mail Address
-
jojie.urrete@med.navy.mil
(jojie.urrete@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items with the intent to solicit on an unrestricted basis. This was prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-14-T-0067. The closing date is January 28, 2014 @ 12:00 PM Pacific Daylight Time. 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; http://acquisition.gov/FAR. The Fresenius Medical Care Holdings, Inc. (NAICS) Code for this acquisition is 811219; Size: $19.0. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following supplies: CLIN 0001 Service Maintenance Fluoroscopy units Red Blood Exchange Professional Services IAW SOW POP: 1 Feb 2014 to 31 JAN 2015 QTY 2 PRICE: _______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010) 52.209-6 Protecting the Government's Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-48 Exemption from application of service contract act to contract for maintenance, calibration, or repair of certain equipment certification (FEB 2009). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) RAPID GATE: NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011 The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluate offers: Technical Capability - Defined as, an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the service and how to satisfy the Government needs based on Statement of Work. Delivery - Defined as, lead time necessary to provide the service of the items. Price - Contractor will provide what is fair and reasonable to the Government. Technical capability and delivery when combined are considered more important than price. The proposed contract is restricted to domestic sources under the authority of The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System for Award management Registration (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Jojie Urrete on or before 12:00 PM Pacific Daylight Time on January 28, 2014. Email: Jojie.urrete@med.navy.mil. Submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0067/listing.html)
- Record
- SN03271868-W 20140124/140122233924-d936c03a38b56d7dd23d0622e0d47355 (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 |