Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2019 FBO #6405
SOLICITATION NOTICE

J -- Clinac Linear Accelerator System Maintenance

Notice Date
6/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB OH 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-19-Q-A068
 
Response Due
6/17/2019
 
Point of Contact
Casey A MacPherson, Contracting Officer, Phone 937-522-4558, - Elizbeth A Moles, Contracting Officer, Phone 9375224643
 
E-Mail Address
Casey.MacPherson@us.af.mil, Elizabeth.moles@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. This Combined Synopsis/Solicitation is expected to result in the award of a firm-fixed price contract for maintenance services for the CL-IXS Trilogy Clinac Linear Accelerator System operated by the 88th MDOS/SGOMR as described in Attachment I to the Solicitation, entitled "Performance Work Statement." An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest price technically acceptable (LPTA). The Solicitation Number for this requirement is FA8601-19-Q-A068 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This acquisition is 100% small business set-aside. NAICS Code: 811219: Other Electronic and Precision Equipment Repair and Maintenance Business Size Standard: $20.5M Questions: Questions in regards to this requirement are due no later than Tuesday, 11 June 2019 1300 EST. Anticipated Period of Performance: 21 June 2019 - 20 June 2020 with 4 option years and a possible 6 month extension of services. Submittal of quotes in response to this solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. Any correspondence sent via email must contain the subject line, "FA8601-19-Q-A068, Clinac Linear Accelerator System Maintenance". The entire proposal must be contained in a single email, unless otherwise approved, and must not exceed five megabytes, including attachments. Emails with compressed files will not be accepted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also, be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls, or.xlsx documents are sent. The email filter may delete any other form of attachments. Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number and date 4. Timeframe that the quotes is valid 5. Performance Schedule 6. Representations and Certifications: Offerors shall complete and submit the representations and certifications contained within Attachment II with the offeror's price proposal/quote, unless the offeror has completed the representations and certifications online in the System for Award Management (http://www.sam.gov), and the existing online representations and certifications are current, accurate and complete. 7. Completed copy of FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Certification included within Attachment II to this solicitation. 8. Completed copy of Attachment III - Pricing Sheet. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-19-Q-A068/listing.html)
 
Place of Performance
Address: 88 MTF 4881 SUGARMAPLE DRIVE WPAFB, OH
Zip Code: 45433
Country: US
 
Record
SN05332098-F 20190607/190605230029 (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.