SOLICITATION NOTICE
J -- DOWNLOAD MODULE SERVICE
- Notice Date
- 3/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-14-T-0082
- Response Due
- 3/11/2014
- Archive Date
- 5/3/2014
- Point of Contact
- Charles Williams, 706-787-7944
- E-Mail Address
-
Southern Regional Contracting Ofc
(charles.r.williams20.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W81K00-14-T-0082. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. The North American Industry Classification System Code (NAICS) for this procurement is 811219 - Diagnostic imaging equipment repair and maintenance services. This requirement is restricted to a 100% Small Business Set-a Side. The period of performance will be for base year plus four option years. The Eisenhower Army Medical Center, Fort Gordon, GA, has a requirement for Download Module Service under the following: BASE YEAR Period of Performance 17 March 14 - 30 September 14. CLIN 0001 - DOWNLOAD MODULE SERVICE, DOWNLOAD SITES (ROCHE GLUCOSE GIS+ DEVICE QTY - 1 EACH UNIT PRICE ________ TOTAL PRICE _____________ CLIN 0002 - MODULE CHARGE (Server, 1 IMS, 1 Interface) DOWNLOAD SITES (Roche Glucose GIS+DEVICE) QTY - 1 EACH. UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 0003 - DOWNLOAD SITES (Roche Glucose GIS+DEVICE) QTY - 12 EACH. UNIT PRICE _____________ TOTAL PRICE ______________. CLINS 0004, 1004, 2004, 3004 AND 4004 - CONTRACTOR MANPOWER REPORT QTY - 1 EACH. UNIT PRICE: $0____________ TOTAL PRICE_No Charge. OPTION 1 - PERIOD OF PERFORMANCE 1 Oct14 - 30 Sep15: CLIN 1001 - QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 1002 - QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 1003 - QTY: 12 UNIT PRICE _____________ TOTAL PRICE ______________. OPTION 2 - PERIOD OF PERFORMANCE 1 Oct 15 - 30 Sep 16: CLIN 2001 - QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 2002 - QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 2003 - QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. OPTION 3 - PERIOD OF PERFORMANCE 1 Oct 16 - 30 Sep 17: CLIN 3001 -QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 3002 - QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 3003 - QTY: 12 UNIT PRICE _____________ TOTAL PRICE__________. OPTION 4 - PERIOD OF PERFORMANCE 1 Oct 17 - 30 Sep 18: CLIN 4001 - QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 4002 -QTY: 1 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 4003 - QTY: 12 UNIT PRICE _____________ TOTAL PRICE ____________. TOTAL PRICE FOR BASE AND FOUR OPTIONS $___________. THE SUGGESTED SOURCE OF SERVICE IS MEDICAL AUTOMATION SYSTEMS 2000 HOLIDAY DR. CHARLOTTESVILLE, VA 22901. The Government anticipates awarding a single award for this requirement. The service shall be provided to the Eisenhower Army Medical Center as needed. The shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Sam database before an award can be made to them. If the offeror is not registered in the Sam database, it may do so through the Sam website at http://www.Sam.gov. The selected Offeror must comply with the following commercial service terms and the provisions at FAR 52,204-9, Personal Indentity Verification of Contractor Personnel (JAN 2011). FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. 52.212-1, Addendum, A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5 (paragraphs (23), (24), (28), (36), (39)), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011), FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2004), FAR 52.222-21 - Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13, Restrictions On Certain Foreign Purchases (JUN 2008); FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating To Iran-Certification (NOV 2011); FAR 52.232-33, FAR 52.232-39, Unenforceability Of Unauthorized Obligations (JUN 2013); 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (DEC 2013); FAR 52.233-3, Protest After Award (AUG 1996); FAR 52.322-4, Applicable Law For Breach Of Contract Claim (OCT 2004); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), DFAR 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); DFAR 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS; DFAR 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (SEP 2013); DFAR 252.204-7003, Control Of Government Personnel Work Product (APR 1992); DFAR 252.204-7012, Safeguarding Of Unclassified Controlled Technical Information (NOV 2013), DFAR 252.225-7048, Export Controlled Items (JUN 2013); DFAR 252.232-7003, Electronic Submission Of Payment Request And Receiving Reports (JUN 2012); DFAR 252.232-7010, Levies On Contract Payments (DEC 2006); DFAR 252.243-7001, Pricing Of Contract Modifications (DEC 1991); DFAR 252.243-7002, Request Of Equitable Adjustment (DEC 2012); DFAR 252.244-7000, Subcontracts For Commercial Items (JUN 2013). FAR 52.252-5, Authorized Deviations In Provisions (APR 1984); FAR 52.212-203- Evaluation-Commercial Items (JAN 1999); FAR 52.212-2 and Addendum to 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based price analysis. The proposed prices received in response to the solicitation will be compared to commercial prices, previously proposed prices for same or similar services or independent government estimates to determine price reasonableness. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 52.217-8 -- OPTION TO EXTEND SERVICES (NOV 1999) The Government may exercise the option by written notice to the Contractor within 15 days prior to contract expiration. 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. 52.232-18 Full text of provisions and clauses may be accessed electronically at the following address: http://www.farsite.hill.af.mil. All request for quotes (RFQ) shall be submitted via email by 2:00pm EST 11 March 2014 to Charles R Williams- Contract Specialist, Southern Regional Contracting Office Fort Gordon, GA 30905. Email-charles.williams20.civ@mail.mil or gloria.f.brogsdale.civ@mail.mil. WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) DFAS POC and Phone:__1-888-332-7366___________________________ WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS INDY)(Block 18a of your purchase order/contract) at the number above or faxed to 1-877-701-5069. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) ___ Invoice and Receiving Report (COMBO) _X__ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ___________ ISSUE BY DODAAC: W81K00 ADMIN BY DODAAC: W81K00 INSPECT BY DODAAC: W33BWP ACCEPT BY DODAAC: W33BWP SHIP TO DODAAC: W33BWP LOCAL PROCESSING OFFICE DODDAC: _____________________________ PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: ____________________________ ACCEPTOR: _____________________________ RECEIVING OFFICE POC: __________________________________________ CONTRACT ADMINISTRATOR: charles.r.williams20.civ@mail.mil CONTRACTING OFFICER: gloria.f.brogsdale.civ@mail.mil ADDITIONAL CONTACT: charles.r.williams20.civ@mail.mil (End of clause) PERFORMANCE WORK STATEMENT: (See Attachment)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-14-T-0082/listing.html)
- Place of Performance
- Address: Southern Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Zip Code: 78234-6200
- Record
- SN03301327-W 20140306/140304234948-edebd80390b6589ef27786c7f566ebf9 (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 |