Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
MODIFICATION

J -- Iradimed Fusion Pump Service Maintenance - Statement of Work

Notice Date
1/10/2017
 
Notice Type
Modification/Amendment
 
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
N0025917Q0064
 
Archive Date
2/1/2017
 
Point of Contact
Jaime Flores, Phone: 6195327643
 
E-Mail Address
jaime.r.flores4.civ@mail.mil
(jaime.r.flores4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. The proposed contract action is for service maintenance and repair for 6 MRidiumT 3860+ IV Infusion Pump MRI Ready, 6 MRidiumT 3861 Sidecar Channel and 6 MRidiumT 3865 'Wireless' Remote Control in accordance with the statement of work. Services are to be provided at Naval Medical Center, San Diego. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N0025917Q0064 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-92. It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. SERVICE ADDRESS: Radiology Department, Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134-5000. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FACTOR 1: Technical Capability: Technical Capability is defined as the ability to perform IAW with the requirements in the statement of work (SOW). Please submit your Capability Statement with your response to the RFQ. FACTOR 2: Past Performance: Provide two (2) references with the point of contact name, telephone number, address, and contract number, for which you have provided the same or similar services within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources. FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers. Technical capability and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to Jaime.r.flores4.civ@mail.mil, Attention: Jaime Flores. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 17 January 2017, 09:00 AM, Pacific Time to be considered. Deadline for questions is 12 January 2017, at 10:00 AM. Base Year CLIN 0001 Service maintenance and repair for 6 MRidiumT 3860+ IV Infusion Pump MRI Ready, 6 MRidiumT 3861 Sidecar Channel and 6 MRidiumT 3865 'Wireless' Remote Control in accordance with the attached statement of work for services to be provided at Naval Medical Center San Diego. If pumps are to be repaired off-site, loaners shall be provided at no extra cost to the government. Period of performance (POP): 20 Jan 2017 - 19 Jan 2018. Unit Price: ____________ Total CLIN Price: ____________ Base Year CLIN 0002 One-time initial assessment and repair for 6 MRidiumT 3860+ IV Infusion Pump MRI Ready, 6 MRidiumT 3861 Sidecar Channel and 6 MRidiumT 3865 'Wireless' Remote Control in accordance with OEM specifications to be provided at Naval Medical Center San Diego. If initial assessment of pumps is to be done off-site, loaners shall be provided at no extra cost to the government. Date: Jan 2017 Unit Price: ____________ Total CLIN Price: ____________ Option Year 1 CLIN 1001 Service maintenance and repair for 6 MRidiumT 3860+ IV Infusion Pump MRI Ready, 6 MRidiumT 3861 Sidecar Channel and 6 MRidiumT 3865 'Wireless' Remote Control in accordance with the attached statement of work for services to be provided at Naval Medical Center San Diego. If pumps are to be repaired off-site, loaners shall be provided at no extra cost to the government. Period of performance (POP): 20 Jan 2018 - 19 Jan 2019. Unit Price: ____________ Total CLIN Price: ____________ Option Year 2 CLIN 2001 Service maintenance and repair for 6 MRidiumT 3860+ IV Infusion Pump MRI Ready, 6 MRidiumT 3861 Sidecar Channel and 6 MRidiumT 3865 'Wireless' Remote Control in accordance with the attached statement of work for services to be provided at Naval Medical Center San Diego. If pumps are to be repaired off-site, loaners shall be provided at no extra cost to the government. Period of performance (POP): 20 Jan 2019 - 19 Jan 2020. Unit Price: ____________ Total CLIN Price: ____________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (Jul 2013) 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance. 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.212-1 Instruction to Offerors-Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above) 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016) 52.212-4 Contract Terms and Conditions--Commercial Items. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS. (OCT 2015) 52.237-1 SITE VISIT (APR 1984) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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 52.252-6, Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.203-7994 (DEV 2017-O0001), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.203-7995 (DEV 2017-O0001), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.204-7003, Control of Government Personnel Work Product 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability... FY16 252.225-7001 Buy American and Balance of Payment Program (Dec 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order) 252.232-7010 Levies on Contract Payments. 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Air Station Lemoore, Security Pass and Decal, call: 1-559- 998-4786 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0064/listing.html)
 
Record
SN04367970-W 20170112/170110234415-f7ac12527f6d4c536fc6078099305aee (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  © 1994-2020, Loren Data Corp.