Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOLICITATION NOTICE

Q -- Hologic Mammograph and Stereotactic Systems Preventive Maintenance Agreement - Performance Work Statement (PWS) and Wage Determinations for Hampton, VA

Notice Date
3/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
F2Q4014329A001
 
Archive Date
4/18/2015
 
Point of Contact
Haldan E Andersen, Phone: 7577644777, James Pilkington, Phone: 757-764-4918
 
E-Mail Address
Haldan.andersen@us.af.mil, james.pilkington@us.af.mil
(Haldan.andersen@us.af.mil, james.pilkington@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Hampton, VA Wage Determinations for Hologic Mammography and Stereotactic Systems Preventive Maintenance Agreement Performance Work Statement for Hologic Mammography and Stereotactic Systems Preventive Maintenance Agreement COMBINED SYNOPSIS/SOLICITATION Issued By : 633d Contracting Squadron/LGC D 19 March 2015 74 Nealy Avenue Langley AFB, VA 23665 RFQ NUMBER: F2Q4014329A001 SUBJECT : Hologic Mammography and Stereotactic System Preventive Maintenance Agreement (i) 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. (ii) This solicitation is being issued as a Request for Quotation (RFQ) in accordance with (IAW) Federal Acquisition Regulation (FAR) 13.106-1(d) procedures. Submit only written quotations for RF Q F2Q4014329A001 in response to this solicitation. (iii) The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular FAC 2005-80 Effective March 2, 2015. (iv) This acquisition is being solicited under full and open competition, under NAICS code 811219 with a $20.5 Million size standard. (v-vi) DESCRIPTION: Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Hologic Mammography and Stereotactic System Preventive Maintenance at Langley Air Force Base in accordance with the P erformance W ork S tatement (PWS). The following equipment requires Preventive Maintenance: - Selenia Digital Mammographic System; major component serial number 2840413W7755 - Multicare Platinum sterotactic biopsy system; major component serial number 31506144107 - Cenova Cad 1 System; major component serial number C4587 - C-view (low dose tomo) - Radiologist workstation to interpret 3D - Application Sync with monitor See Attachment 1 - PWS for detailed description of services. This RFQ is for a base year plus 4 option years and contains 1 contract line item for each option period. The line item description is as follows: Preventative Maintenance and Repair Service - Qty: 12 Months. Preventive Maintenance and Repair for the mammography radiographic system, biopsy stereotactic system, workstations and Computer Aided Detection (CAD). Base Year: CLIN 0001 13 April 2015 - 12 April 2016 Option Year One: CLIN 1001 13 April 2016 - 12 April 2017 Option Year Two: CLIN 2001 13 April 2017 - 12 April 2018 Option Year Three: CLIN 3001 13 April 2018 - 12 April 2019 Option Year Four: CLIN 4001 13 April 2019 - 12 April 2020 (vii) SHIPPING INFORMATION: See PWS for place of delivery/performance. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is hereby included by reference. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (July 2013) (1) Price: Will be submitted for all CLIN's. Prices shall be typed. (2) Past Performance: Will be the three most relevant and recent past performances including contract numbers, points of contact with telephone numbers and other relevant information. The format must be formatted in Times New Roman, 12 point font, 1 inch margins, 8x11 paper and no more than 1 page front and back in length. (3) Offeror's shall be authorized to provide maintenance services on all equipment listed in this solicitation and shall also be able to provide Original Equipment Manufacturer (OEM) parts (if necessary) to be eligible for award of this contract. The term "authorized" in this instance refers to an offeror having necessary credentialing/licensing to provide maintenance services from the OEM. (ix) The provision 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Price Past Performance (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Method and Criteria Evaluation Method (a) The Government intends to evaluate quotations and award a contract without discussions with offerors (except for clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial offer should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (b) For efficiency purposes, the Government will evaluate a minimum of the three lowest priced offerors for past performance acceptability. Should the lowest priced offerors not receive an acceptable past performance rating; the process will continue in order of price until at least three offerors with an acceptable past performance rating is identified. If two or less quotations are received, the Government may proceed with evaluating only those quotations. Evaluation Criteria Price - Price will be evaluated using techniques established in FAR 15.404-1 to ensure the Government receives a fair, reasonable and balanced price. The total overall evaluated price consists of the sum total of the proposed line items and all options. In order to account for clause 52.217-8, 50% of the final option year will be added to the total evaluated price. An offer may be determined un-awardable if its price is evaluated to be unfair or unreasonable. Comparison of proposed prices received in response to this solicitation is the preferred and intended price analysis technique. Other techniques and procedures, if deemed necessary, may be used to ensure a fair and reasonable price, to include but not limited to the following: a comparison of all offerors' proposed labor rates, comparison of previously proposed prices and previous Government and commercial prices for the same or similar services. Past Performance - Past performance shall be evaluated based on examination of an offeror's recent, relevant past performance record to assess the Government's confidence in the offeror's ability to perform as proposed. Recent is defined as work performed within the last three years from the date of the solicitation. The offeror's proposal provides relevant contracts performed within the last three years to support services pertaining to preventive maintenance of the same equipment listed in sections v-vi of this solicitation. Relevancy is defined as services performed that are similar in nature, size, magnitude, complexity and scope. Please note that no past performance is considered neutral and will be rated as acceptable. Past performance will be rated as either "acceptable" or "unacceptable". "Acceptable" is defined as: based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. "Unacceptable" is defined as: based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (x) The Government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2015), with its offer. Offerors are also reminded to complete Offeror Representations and Certifications online at www.SAM.gov prior to submitting an offer. (xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014), applies to this acquisition and if hereby included by reference. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2015) applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-17 and 52.222-55. (xiii) Additionally, the following terms and conditions shall be used: (a) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. (b) The following FAR provisions and clauses are applicable to this solicitation: 52.203-3, 52.203-17, 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.209-2, 52.209-10, 52.217-8, 52.217-9, 52.225-25, 52.232-39, 52.232-40, 52.222-43, 52.232-18, 252.201-7000, 252.203-7000, 252.203-7002, 252.203-7005, 252.203-7998, 252.203-7999, 252.204-7003, 252.204-7004, Alt A, 252.204-7011, 252.204-7012, 252.204-7015, 252.209-7004, 252.209-7992, 252.215-7008, 252.222-7007, 252.225-7012, 252.225-7048, 252.232-7003, 252.232-7010, 252.237-7010, 252.243-7001, 252.243-7002, 252.247-7022, 5352.201-9101, 5352.204-9000, 5352.209-9000, 5352.215-9000, 5352.223-9001, 5352.242-9000, 5352.242-9001 (c) Please submit the following information with each proposal: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. (d) ATTACHMENTS: Attachment 1 - PWS, Attachment 2 - Wage Determination (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) THE DEADLINE FOR ALL PROPOSALS TO BE SUBMITTED IS 3 April 2015, 4:00 pm, Eastern Standard Time (EST) to the 633d Contracting Squadron/LGCD, Attn: A1C Haldan Andersen, Contract Specialist, Phone 757-764-4777, haldan.andersen@us.af.mil, for any questions or concerns. (xvi) POINTS OF CONTACT A1C Haldan Andersen, Contract Administrator, Phone 757-764-4777, haldan.andersen@us.af.mil TSgt James Pilkington, Contracting Officer, Phone 757-225-3150 james.pilkington.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2Q4014329A001/listing.html)
 
Place of Performance
Address: 77 Nealy Avenue, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN03674970-W 20150322/150320235234-6170d5d1807364bb620df83491e181d3 (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.