Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2015 FBO #5123
SPECIAL NOTICE

J -- Maintenance for iQ200 2G-60 Microscopy - Performance Work Statement

Notice Date
12/1/2015
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-16-T-0038
 
Archive Date
12/30/2015
 
Point of Contact
Deadrick O. Robinson, Phone: 6195328106
 
E-Mail Address
deadrick.o.robinson.civ@mail.mil
(deadrick.o.robinson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (NHCH) iQ200 Urinalysis Microscope Module Testing Service/Maintenance THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Naval Medical Center San Diego intends to award a firm fixed price Sole Source contract under the authority of FAR 13.106-1(b)(i), only one responsible source, to: Beckman Coulter Inc.; 250 S Kraemer Blvd; Brea, CA 92821-6232. NOTE: Vendors must ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service school for the Government Owned equipment - Iris iQ200 Automated Urinalysis Analyzer. Potential awardees must provide certificates or notarized copies stating that they have the training and approval to repair and provide preventive maintenance. The reference number is N00259-16-T-0038. The closing date is December 15, 2015 at 12:00 p.m. Pacific Standard Time. The objective of this sole source award is to acquire Preventive Maintenance & Annual Certification Microscope Module Test Service for the Beckman Coulter iQ200 Urinalysis Analyzers located at the Naval Heath Clinic Hawaii - MCBH Kaneohe Bay and NBHC Makalapa Lab. The Sole source is based on the proprietary products specifically for the iQ200 Microscopy urinalysis analyzer. Documents and incorporates provisions and clauses in effect through FAC 2005-84. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. Both clauses and provisions may be accessed in full test at http://acquisition.gov/FAR and http://www.acq.osd.mil/dpap/dfar/index.htm. The NAICS code 811219. This notice of intent is not a request for competitive quotes; however, interested persons may identify their interest and capability to respond to this requirement. Naval Medical Center San Diego request responses from qualified sources capable of providing the following: TWO (2) Preventive Maintenance Visits to be performed in accordance with the attached Performance Work Statement (PWS). Scheduled maintenance visits are to be March 2016 and September 2016. Scheduled visits shall be confirmed with QA-QC Supervisor. The Period of Performance: 18 Dec 2015 - 17 Dec 2016. CLIN 0001: URINALYSIS MACHINE MAINTENANCE, Qty: 004; U/I: QTR; U/P: ____________. Maintenance at Kaneohe Bay Clinic for iQ200 2G-60 Microscopy Module, to include two (2) preventive maintenance visits IAW the Performance Work Statement (PWS). Preventive maintenance visits are March 2016 and September 2016. Scheduled visits shall be confirmed with QA-QC Supervisor. Period of Performance: 18 Dec 2015 - 17 Dec 2016 CLIN 0002: URINALYSIS MACHINE MAINTENANCE, Qty: 004; U/I: QTR; U/P: ____________. Maintenance at Makalapa Clinic for iQ200 2G-60 Microscopy Module, to include two (2) preventive maintenance visits IAW the Performance Work Statement (PWS). Preventive maintenance visits are March 2016 and September 2016. Scheduled visits shall be confirmed with QA-QC Supervisor. Period of Performance: 18 Dec 2015 - 17 Dec 2016 The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance (JUL 2013) 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 (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2007) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-1 Small Business Program Representations (MAY 2004) 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 (APR 2002) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest After Award (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement - Representation (DEVIATION 2015-O0010 (FEB 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement - Representation (DEVIATION 2015-O0010 (FEB 2015) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2014) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 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 Request (MAY 2007) 252.232-7006 Wide Area Workflow Payment Instruction (MAY 2013) A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the government. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the System for Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. E-mail your quote to Deadrick Robinson on or before 15 December 2015. Email submissions are limited to 2MB. Phone Number: 619-532-8106; E-mail: deadrick.o.robinson.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0038/listing.html)
 
Place of Performance
Address: Naval Health Clinic Hawaii - MCBH Kaneohe Bay and NBHC Makalapa Lab, Pearl Harbor, Hawaii, 96860-4908, United States
Zip Code: 96860-4908
 
Record
SN03957331-W 20151203/151201234253-d4f64bf3dee699b585fcf7ce59c69425 (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.