Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2014 FBO #4485
MODIFICATION

Z -- X-RAY MAINTENANCE AND EMERGENCY REPAIR SERVICES - Amendment 1

Notice Date
3/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2014-N-15794
 
Archive Date
3/25/2014
 
Point of Contact
KIMBERLY GOLDEN, Phone: 7704882672
 
E-Mail Address
IXM9@CDC.GOV
(IXM9@CDC.GOV)
 
Small Business Set-Aside
N/A
 
Description
PAST PERFORMANCE 3-4-2014 EXISTING EQUIPMENT XRAY AND MAGNETOMETER AND LOCATION LIST 3-4-2014 PWS/SOW 3-4-2014 UPDATED COMBINED SYNOPSIS IN WORD FORMAT 3-4-2014 COMBINED SYNOPSIS: The Centers for Disease Control and Prevention (CDC) intends to purchase the items listed below. The Government intends to evaluate offers and award a contract without discussions with Offerors providing the requested supplies. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items 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 North American Industry Classification System (NAICS) code is 561621 for this requirement. Interested vendors capable of furnishing the government with the requested service listed in the attachments for this synopsis should submit a proposal to the email address listed below. The proposal shall include the itemized price, prompt payment terms, the F.O.B. Point (Destination or Origin), Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs), and descriptive literature of the product quoted. This solicitation is being issued as a Full and Open Combined Synopsis under solicitation no. 2014-N-15794. The offeror must be able to provide all of the requested items listed below. All proposals will be due fourteen (14) calendar days from the publication date of this synopsis or by Mar 10, 2014 at 10:00 A.M. (Eastern Standard Time) will be considered by the agency. Responses must include pricing information and meet the criteria requirements. All responsible sources may submit a proposal, which if timely received, shall be considered by the agency. All requests for proposals must be submitted via electronic mail to: kgolden1@cdc.gov. The resultant contract will be Firm Fixed Price. This contract will be Firm Fixed Price with incidental Time and Material (T & M) CLINs for emergency repairs and Existing Equipment repair. This requirement is for the following services in accordance with the PWS to procure Full Coverage X-Ray Maintenance Services to maintain all existing CDC nationwide X-Ray Screening and Magnetometer Systems. For additional details about this requirement see the attached: Revised PWS (3-4-2014), Existing X-RAY and MAGNETOMETER EQUIPMENT and SITE LIST (3-4-2014) and PAST PERFORMANCE QUESTIONNAIRE (3-4-2014). Offerors are instructed to read all attachments in its entirety and adhere to all of its terms and conditions. Failure to do so will make an offeror ineligible for award. Section B - Supplies Or Services And Prices/Costs X-Ray Maint & Svc (Base Year) 0001 Routine Preventive Maintenance and Calibration Services (FFP) 0001A Emergency Repair Requests- (T & M) Line item 0001B Existing Equipment Repairs (T & M) Line item X-Ray Maint & Svc (Option Year 1) 0002 Routine Preventive Maintenance and Calibration Services (FFP) 0002A Emergency Repair Requests (T & M) Line item X-Ray Maint & Svc (Option Yr. 2) Year 3) 0003 Routine Preventive Maintenance and Calibration Services (FFP) 0003A Emergency Repair Requests (T & M) Line item X-Ray Maint & Svc (Option Yr. 3) Year 4) 0004 Routine Preventive Maintenance and Calibration Services (FFP) 0004A Emergency Repair Requests (T & M) Line item It is anticipated that a SINGLE AWARD will be made from this solicitation. The period of performance shall be a base period of twelve (12) months, with three (3) twelve (12) month options from the date of the award. The estimated period of performance start date is March 20, 2014. Payment will be made at 1/12 of the total Extended Price monthly for 12 months upon receipt of a proper invoice. This award will be made on a Lowest Price Technically Acceptable (LPTA) basis. To be considered for award of this contract, technical proposals must document that the offeror meets the following absolute minimum criterion for eligibility. 1. Contractor must have at least three (3) years' experience providing Security X-Ray Screening Systems maintenance and services to either the federal government or private industry. 2. The Contractor, contractor technicians, and subcontractor technicians shall be certified by these manufacturers: CEIA, Smith Heimann, Perkinelmer, HI-SCAN to perform maintenance and services, and repairs activities on the respective manufacturer's equipment. Proof of certification is required. 3. The Contractor must have performed calibration and X-Ray system testing within the past three (3) years. Past Performance Evaluation: The lowest priced technically acceptable offer will be evaluated on its performance under current and prior contracts for similar services. The Government will evaluate the quality of the offeror's past performance based on information obtained from references provided by the offeror as well as other relevant past performance information from other sources known to the Government. The Government will evaluate the quality of the offeror's past performance as it relates to accomplishing the requirements of the Statement of Work. Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. By past performance, the Government means the offeror's record of conforming to specifications and standards of good workmanship; the offeror's record of forecasting and controlling costs; the offeror's adherence to contract schedules and terms, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer and the degree of quality of deliverables and performance. Where the Government determines competing proposals to be substantially equal (based on both technical merit and cost/price), past performance will become the deciding factor in making source selection for award. All unsuccessful offerors will be notified immediately following selection of the successful offeror. Past Performance Information (Jan 2000) (a) Each offeror will be evaluated on their past performance under existing and prior contracts and/or task orders. 1. Offerors shall solicit past performance survey responses from three (3) current or previous clients. The first three (3) surveys received from each offeror will be reviewed. 2. In the case of any offerors who are new joint venture entities (as defined by the Small Business Administration), the past performance survey responses shall include representation from all of the joint venture partners. 3. Offerors shall complete the offeror portion of the past performance questionnaire provided (see attachment dated 3-4-2014) of this combined synopsis for each of the selected clients. The offeror shall then send the questionnaire to each of the clients and request they complete their portion and send directly to CDC in accordance with the addressing and deadline information on the questionnaire. The offeror shall request the Program Manager/COR complete the questionnaire and forward it to the following address no later than March 10, 2014 by 10 A.M. EST: Kgolden1@cdc.gov. 4. Offerors are advised that: (1) The Government reserves the right to obtain and utilize past performance survey information from references provided by the offeror, as well as other relevant past performance information obtained from other sources known to the Government. (2) The Government may contact any or all references in the proposal and third parties (such as other customers or other Government contractors for performance information; (3) the Government reserves the right to use any such information received as part of its evaluation of the Offeror's past performance; and (4) if the offeror omits projects of which the Government evaluation team is aware of or becomes aware, customer assessments may be sought from the relevant organization. Information may be utilized from Past Performance Information Retrieval System. (End of Provision) The following clauses are incorporated by reference: Commercial Service Clauses: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2 EVALUATION-COMMERCIAL ITEMS. (JAN 1999), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. (AUG 2009), 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS. (SEPT 2013), 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. (JAN 2014), 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), 52.222-3 CONVICT LABOR (JUNE 2003), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012), (FEB 1999). 52.222-26 EQUAL OPPORTUNITY (MAR 2007), 52.222-35, 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010), 52.222-37, SERVICE CONTRACT ACT OF 1965 (NOV 2007), 52.223-6 DRUG-FREE WORKPLACE (MAY 2001), 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984), 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT. (SEPT 2013), 52.233-3, PROTEST AFTER AWARD (AUG 1996), STOP WORK ORDER (AUG 1989), 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR, 52.243-1 CHANGES-FIXED-PRICE. (AUG 1987), 52.246-4 INSPECTION OF SERVICES-FIXED-PRICE. (AUG 1996), 52.244-6 SUBCONTRACTING FOR COMMERCIAL ITEMS (DEC 2010), 52.245-1 GOVERNMENT PROPERTY (APR 2012), 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995), 52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010), 52.203-15, WHISTLEBLOWER PROTECTIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009. (JUNE 2010), 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS. (SEPT 2013), 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011). PAYMENTS (APR 1984) Request for proposals ARE DUE BY 10:00 A.M. EST ON March 10, 2014, AND SHALL BE SENT VIA E-MAIL TO: Kgolden1@cdc.gov- EMAIL INQUIRIES ONLY!!! 2014-N-15794. This advertisement does not commit the government to award a contract. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-02-26 19:57:24">Feb 26, 2014 7:57 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-03-04 06:55:20">Mar 04, 2014 6:55 am Track Changes COMBINED SYSNOPSIS UPDATES: PLEASE READ UPDATED COMBINED SYNOPSIS IN ITS ENTIRETY FOR UPDATES. DUE TO CHANGES BELOW, THE SOLICITATION HAS BEEN EXTENDED ( SEE COMBINED SYNOPSIS FOR DETAILS DATED 3-4-2014) UPDATE: (Combined Synopsis to reflect PAYMENT TERMS AND PROPOSAL SUBMISSION FORMAT; T & M CLIN HAS BEEN ADDED FOR EXISTING EQUIPMENT REPAIRS ; FFP CLINs- Payments will be made at 1/12 of the total Extended Price monthly for 12 months upon receipt of a proper invoice. SEE ATTACHED (SOW AND COMBINED SYNOPSIS IN WORD FORMAT) 3-4-2014, (EQUIPMENT LIST DATED 3-4-2014) AND (PAST PERFORMANCE FORM DATED 3-4-2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2014-N-15794/listing.html)
 
Place of Performance
Address: Atlanta GA, Research Triangle Park NC, Hyattsville MD, Morgantown WV, Cincinnati OH, Fort Collins CO, and Spokane WA., United States
 
Record
SN03302056-W 20140306/140305000009-f99eda54391e65a90b77a10d3f3ee09f (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.