Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2014 FBO #4743
SOLICITATION NOTICE

66 -- Microscope Preventive Maintenance Services - PWS

Notice Date
11/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2250 Engineer St. Ste 1, JBSA Ft Sam Houston, Texas, 78234-7584, United States
 
ZIP Code
78234-7584
 
Solicitation Number
FA3016-BPA-MicroscopePreventiveMaint
 
Archive Date
12/13/2014
 
Point of Contact
Elizabeth N Martinez, Phone: 2102213113, David A. Schory, Phone: 2102954932
 
E-Mail Address
elizabeth.n.martinez19.civ@mail.mil, david.a.schory.civ@mail.mil
(elizabeth.n.martinez19.civ@mail.mil, david.a.schory.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) Request for Quotations 11 Medical Education and Training Campus JBSA--Fort Sam Houston, Texas 78234 This requirement is a 100% Small Business Set-Aside lAW FAR 8.405-5(a)(l)(i). The NAICS code for this requirement is 811219 "Other Electronic and Precision Equipment Repair and Maintenance" with a size standard of $20,500,000. The Government's requirement under this Request for Quote (RFQ) is for microscope preventative maintenance services for six hundred and six (606) microscopes listed in Medical Education and Training Campus (METC) Microscope Listing, Appendix A. The attached Performance Work Statement (PWS) dated 2 October 2014 outlines the work to be performed at METC, Fort Sam Houston, Texas. This Blanket Purchase Agreement (BPA) shall be established with the contractors who can provide the service that represents the best value to the Government. See FAR 8.405-3--Blanket Purchase Agreements. The Government intends to establish a multiple-award Blanket Purchase Agreement. The duration of the agreement will be for five consecutive years. Extent of Obligation: The U.S Government is obligated only to the extent of authorized purchases actually made under the proposed BPA. Performance Period: 15 December 2014 - 14 December 2019 BPA Call Limitations: $ 3,000.00 BPA Master Limit: $ 200,000.00 over Five Years The microscope preventative maintenance services provided under the resulting agreement are not related to Federal employment requirements nor do they involve temporary help services that may be authorized under 5 CFR Part 300. In order to preclude an employer/employee relationship, the Government shall only provide technical, task related instructions sufficient for the contractor employee to properly perform services under the resulting contract. Services shall include annual microscope preventative maintenance services including all necessary instruments, standards, procedures, and labor necessary to check electrical pathways aligning optics, cleaning the objectives, checking the mechanical stage and other operating systems on all microscopes identified in METC Microscope Listing, Appendix A, in accordance with the attached PWS. Based on the anticipated volume of calls to be placed under the resulting BPA, contractors are strongly encouraged to provide additional discounts/price reductions from their contract prices. Payments: All payments are to be paid via the Government Purchase Card (GPC) by an authorized GPC cardholder. Delivery Location: Medical Education Training Center, 3068 William Hardee Road, MIF 1, Building 899, JBSA--Fort Sam Houston, Tx 78234 FOB: Destination Inspection and Acceptance: Destination All interested parties must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. If you are not registered, you may request an application at (866) 606-8220 or through the SAM website at http://www.sam.gov. Please provide the following information: Contractor must be registered on SAM: DUNS number: Cage Code: Federal Tax ID: Email Address: Phone Number: Fax Number: Name of person quoting (signature if faxing): Primary Point of Contact: Elizabeth N. Martinez Contract Specialist Telephone: (210) 221-3113 Email: elizabeth.n.martinez19.civ@mail.mil Alternate Point of Contact: David A. Schory Contracting Officer Telephone: (210) 295-4932 Email: david.a.schory.civ@mail.mil ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (Apr 2014). 1. Solicitation: This requirement is solicited and multiple BPAs will be established as commercial item(s) under the procedures of FAR Part 8 and FAR Part 12, "Acquisition of Commercial Items," and under FAR Part 13. "Simplified Acquisition Procedures." 2. Solicitation Questions: Questions will be accepted until 4:00 p.m., Friday, 21 November 2014, Central Standard Time. Questions shall be in writing and sent via e-mail to elizabeth.n.martinez19.civ@mail.mil. 3. Quote Requirements: All quotes are due no later than 4:00 p.m., Friday, 28 November 2014, Central Standard Time. Quotes shall be in writing and sent via email to elizabeth.n.martinez19.civ@mail.mil ADDENDUM TO FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) The provision at FAR 52.212-2 Evaluation--Commercial Items, applies to this acquisition. The Government will award multiple BPAs resulting from this solicitation on the basis of Lowest Price Technically Acceptable (LPTA) approach. Price and Technical Acceptability are the factors used to evaluate offers. Technical acceptability will be evaluated on Acceptable or Unacceptable basis by determining whether the proposed contractor meets all requirements listed under the description of agreement. The Government intends to evaluate offers and make award to the LPTA offeror without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The vendor's quotations shall conform to the solicitation, the attached PWS, and it's considered the most advantageous to the Government, price and technical factors considered. Offerors must follow the instructions contained herein, to assure timely and equitable evaluation of proposals. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response must consist of two (2) separate parts, Part I - Technical Proposal, and Part II - Price Proposal. PART I - TECHNICAL PROPOSAL Maintenance Availability: Contractor shall submit the average estimated response time in hours to a BPA call. Average estimated response time shall be from the time the Government places the call to the time the contractor arrives onsite to provide microscope preventative maintenance services. Past Performance: Contractor shall submit evidence in the form of three (3) references for successful past performance of microscope preventative maintenance services. References shall include name of company or installation, address, telephone number, point of contact and Government contract number, if applicable. PART II - PRICE PROPOSAL The award will be made to the responsive vendor(s) whose quotations meet or exceed the acceptability standards for non-cost factors representing the Best Value to the Government, which reflects a complete understanding of the PWS, and based on selection of the technically acceptable quotes with the lowest evaluated price. Best Value is represented by the LPTA quotation. To be eligible, quotations must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The Government's shall evaluate the technical considerations in the quotations, i.e. maintenance availability and past performance as identified in the Technical Proposal above. Technical considerations will be rated on an Acceptable or Unacceptable basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be Unacceptable, the vendor will be excluded from competition and will not be considered. Clauses by Reference. FAR 52.202-1, Definitions (Nov 2013) FAR 52.203-5 Covenant Against Contingent Fees (May 2014) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.203-7, Anti-Kickback Procedures (May 2014) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2013) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52-211-17, Delivery of Excess Quantities (Sep 1989) FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items (May 2014) FAR 52.219-1, Small Business Program Representations (Apr 2012) FAR 52.219-6, Notice of Total Small Business Set Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.223-6, Drug-Free Workplace (May 2001) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.228-5, Insurance Work on Government Installation (Jan 1997) FAR 52.232-1, Payments (Apr 1984) FAR 52.232-8 Discounts for Prompt Payment (Feb 2002) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) FAR 52.232-36, Payment by Third Party (May 2014) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-3 Continuity of Services (Jan 1991) FAR 52.244-6 Subcontracts for Commercial Items (Jul 2014) FAR 52.246-4, Inspection of Services -- Fixed-Price (Aug 1996) FAR 52.247-34, FOB Destination (Nov 1991) DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Dec 1991) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) Clauses by Reference in full-text. FAR 52.212-3 Alt l, Offeror Representations and Certifications - Commercial Items (May 2014) offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://sam.gov. If the offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete paragraphs (c) through (m) of this provision. (End of Clause) ADDENDUM TO FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014) Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by the contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. (End of Clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Contracting Officer, 502d Contracting Squadron 2250 Engineer St. Building 4196 JBSA-Fort Sam Houston, Tx 78234 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (Deviation 2013-O0019) (Jul 2014). (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xiii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of Clause) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (DFARS) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of Clause) ADDITIONAL INFORMATION ON INDEMNIFICATION REQUESTS UNDER CONTRACTS FOR A QUALIFIED ANTI-TERRORISM TECHNOLOGY (NOV 2004) a. General Information. (1) This contract provides for the delivery of a product, service, technology, or other matter that has been or could be designated by the Department of Homeland Security (DHS) as a Qualified Anti-Terrorism Technology (QATT) under the Support Anti-Terrorism by Fostering Effective Technologies (SAFETY) Act, 6 U.S.C. 441-444. The SAFETY Act defines a QATT as "any product, equipment, service (including support services), device, or technology (including information technology) designed, developed, modified, or procured for the specific purpose of preventing, detecting, identifying, or deterring acts of terrorism or limiting the harm such acts might otherwise cause." The statute provides sellers of QATTs with significant legal protections against third-party products liability lawsuits. (2) The SAFETY Act is administered by DHS. The DHS regulations implementing this statute are found at 68 Federal Register 59684 (October 16, 2003) and 6 CFR 25.1-25.9. Additional information about the SAFETY Act is found on the DHS internet site at: https://www.safetyact.gov. Offerors are encouraged to contact the DHS for additional information about this program, and, in appropriate cases, to submit an application to the DHS requesting that their product, service, or technology be designated as a QATT. (3) Eligibility for a SAFETY Act designation does not preclude the granting of indemnification under Public Law 85-804. The SAFETY Act's liability protections, however, were designed to substantially reduce the need for the United States to provide indemnification to the sellers of anti-terrorism technologies. (4) Executive Order (E.O.) 10789, governing the indemnification process, has been amended to require all Federal agencies, including the Department of the Army, to follow certain procedures to ensure that the potential applicability of the SAFETY Act is considered before any indemnification is granted for an anti-terrorism technology. Section 25(a) of E.O. 10789 provides that indemnification may not be approved with respect to any matter that has been or could be designated by the Secretary of Homeland Security as a QATT, unless, after consideration of the authority provided by the SAFETY Act, there has been a determination that indemnification is necessary for the timely and effective conduct of Unites States military or intelligence activities. b. Contents of Indemnification Requests. In addition to providing the information required by Federal Acquisition Regulation 50.403-1, contractors are encouraged to fully explain why indemnification is necessary for the timely and effective conduct of United States military or intelligence activities, in view of the protections available under the SAFETY Act. (End of Clause) AFFARS 5352.201-9101 Ombudsman (Apr 2014) a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact Mr. David E. Jones, HQ AETC/A7K 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones9@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd3353bd024d63df547f2f5f2193305c)
 
Place of Performance
Address: Medical Education Training Center, 3068 William Hardee Road, MIF 1, Building 899, San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN03575199-W 20141119/141117234806-bd3353bd024d63df547f2f5f2193305c (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.